Acronyms and Abbreviations - ICFRE



//word file for reference purpose onlyRequest for Proposal for Selection of Vendor for Continuity of Data Centre (Server Farm)TENDER DOCUMENTNo. 4-61 (Vol-I)/IT/ICFRE/2016-17/ Dated:(Against this office tender Notice No. 4-61 (Vol-I)/IT/ICFRE/2016-17/ )Indian Council of Forestry Research & EducationP.O. NEW FOREST, DEHRADUN - 248 006Proprietary & ConfidentialThis Request for Proposal (RFP) is both confidential and proprietary to Indian Council of Forestry Research and Education (ICFRE) and ICFRE reserves the right to recall the RFP in its entirety or in part thereof. Vendors agree that they will not duplicate, distribute or otherwise disseminate or make available this document in its entirety or in part thereof, or the information contained in it without the express written consent of ICFRE.Notwithstanding the foregoing, vendors may make this document available to those employees who have a need to know its contents in order to participate in the preparation of the response; however, vendors must first communicate the terms and conditions of this section to such employees. Vendors shall not include or reference this RFP in any publicity without prior written approval from ICFRE. Vendors must accept all of the foregoing terms and conditions without exception. All responses to the Request for Proposal submitted within the stipulated time will become the property of ICFRE and will not be returned.Notice Inviting e-TenderINFORMATION TECHNOLOGY DIVISIONINDIAN COUNCIL OF FORESTRY RESEARCH AND EDUCATIONP.O New Forest- Dehradun(An Autonomous Body of Ministry of Environment, Forests and Climate Change, Government of India)No. 4-61 (Vol-I)/IT/ICFRE/2016-17/ Dated:E-TenderNoticeFor Selection of an Agency for Continuity of Data Centre (Server Farm) at Indian Council of Forestry Research and Education (ICFRE), Dehradun for a period of five (5) Yearse-Tenders are invited by ICFRE, Dehradun from the eligible and reputed firms/companies having experience in DataCentre Continuity/Upgrade, Operation and Maintenance of Data Centre. The selected firm/company has to provide Operations and Maintenance (a Comprehensive Maintenance Contract) for a period of five (5) years after successful Final Acceptance Testing (FAT).,DDG (Admin)ICFRE, DehradunTable of Contents TOC \o "1-3" \h \z \u Acronyms and Abbreviations PAGEREF _Toc482818062 \h 9Request for Proposal (RFP) Datasheet PAGEREF _Toc482818063 \h 11Introduction PAGEREF _Toc482818064 \h 121.Instruction to Bidders PAGEREF _Toc482818065 \h 131.1Completeness of Response PAGEREF _Toc482818066 \h 131.2Pre–Bid Meeting PAGEREF _Toc482818067 \h 131.2.1Pre-bid Conference PAGEREF _Toc482818068 \h 131.2.2Response to Pre-bid Queries and Issue of Corrigendum PAGEREF _Toc482818069 \h 131.3RFP Document Fees PAGEREF _Toc482818070 \h 141.4Earnest Money Deposit (EMD) PAGEREF _Toc482818071 \h 141.5Performance Bank Guarantee PAGEREF _Toc482818072 \h 151.6Venue for submission of Bids PAGEREF _Toc482818073 \h 161.7Validity of Bids PAGEREF _Toc482818074 \h 161.8Disqualifications PAGEREF _Toc482818075 \h 161.9Right to Accept/Reject Any Proposal or All Proposal(s) PAGEREF _Toc482818076 \h 161.10Preparation & Submission of Proposal PAGEREF _Toc482818077 \h 171.10.1Proposal Preparation Costs PAGEREF _Toc482818078 \h 171.10.2Language PAGEREF _Toc482818079 \h 171.10.3Submission of Proposal PAGEREF _Toc482818080 \h 171.11Proposal Evaluation PAGEREF _Toc482818081 \h 181.11.1Opening of Technical Proposal PAGEREF _Toc482818083 \h 181.11.2Evaluation of the proposals PAGEREF _Toc482818084 \h 181.11.3Notification of Award PAGEREF _Toc482818085 \h 181.11.4Signing of contract PAGEREF _Toc482818086 \h 192.Conditions of Contract PAGEREF _Toc482818087 \h 202.1General Conditions of the Contract PAGEREF _Toc482818088 \h 202.2Governing Language PAGEREF _Toc482818089 \h 212.3Inspections and Tests PAGEREF _Toc482818090 \h 222.4Contract Amendments PAGEREF _Toc482818091 \h 222.5Severance PAGEREF _Toc482818092 \h 222.6Conflict of Interest PAGEREF _Toc482818093 \h 222.7Force Majeure PAGEREF _Toc482818094 \h 222.8Penalty PAGEREF _Toc482818095 \h 222.9Termination PAGEREF _Toc482818096 \h 232.10Consequences of Termination PAGEREF _Toc482818097 \h 242.11Liquidated Damages PAGEREF _Toc482818098 \h 252.12Dispute Resolution PAGEREF _Toc482818099 \h 252.13Arbitration PAGEREF _Toc482818100 \h 262.14Payment schedule PAGEREF _Toc482818101 \h 273.Schedule of Requirements PAGEREF _Toc482818102 \h 283.1Scope of Work PAGEREF _Toc482818103 \h 283.1.1Supply, Installation, Commissioning, Operations & Maintenance of Data Centre Infrastructure along with Buyback of obsolete components PAGEREF _Toc482818107 \h 283.1.2Warrantee Support of Data Centre Infrastructure PAGEREF _Toc482818108 \h 303.1.3Operations & Maintenance of Data Centre PAGEREF _Toc482818109 \h 303.2Manpower Requirement PAGEREF _Toc482818110 \h 323.2.1Resource Table (Indicative) PAGEREF _Toc482818113 \h 323.2.2Resource Responsibilities and Job Duties PAGEREF _Toc482818114 \h 323.3Role & Responsibilities PAGEREF _Toc482818115 \h 353.3.1Role & Responsibilities of ICFRE PAGEREF _Toc482818116 \h 353.3.2Role & Responsibilities of Vendor PAGEREF _Toc482818117 \h 353.4Project Timelines PAGEREF _Toc482818118 \h 373.4.1Project Deliverables Schedule PAGEREF _Toc482818119 \h 374.Specifications & allied Technical Details PAGEREF _Toc482818120 \h 384.1Proposed Data Centre Architecture PAGEREF _Toc482818121 \h 384.2Scalability PAGEREF _Toc482818122 \h 384.3Availability PAGEREF _Toc482818123 \h 384.4OEM Support PAGEREF _Toc482818124 \h 384.5Interoperability PAGEREF _Toc482818125 \h 394.6Security PAGEREF _Toc482818126 \h 394.7Server Security PAGEREF _Toc482818127 \h 394.8Virtualization PAGEREF _Toc482818128 \h 394.9Bill of Material PAGEREF _Toc482818129 \h 394.10Technical Specifications of Data Centre Infrastructure PAGEREF _Toc482818130 \h 395.Price Schedule PAGEREF _Toc482818131 \h 406.Contract Forms PAGEREF _Toc482818132 \h 417.Other Standard Forms PAGEREF _Toc482818133 \h 42Annexure – 1: Existing Infrastructure PAGEREF _Toc482818134 \h 431.1Data Centre Details PAGEREF _Toc482818135 \h 431.2Current Deployment Architecture PAGEREF _Toc482818136 \h 431.3IT Infrastructure PAGEREF _Toc482818137 \h 441.4Non-IT Infrastructure PAGEREF _Toc482818138 \h 441.5Software License PAGEREF _Toc482818139 \h 451.6Mapping of Data Centre Infrastructure PAGEREF _Toc482818140 \h 481.7Application Details PAGEREF _Toc482818141 \h 521.7.1Details of IFRIS Application/Modules PAGEREF _Toc482818142 \h 521.7.2Design Overview PAGEREF _Toc482818143 \h 531.7.3Layer Implementation Strategy PAGEREF _Toc482818144 \h 541.7.4Presentation Layer PAGEREF _Toc482818145 \h 541.7.5Web browser Components PAGEREF _Toc482818146 \h 541.7.6Application Layer PAGEREF _Toc482818147 \h 541.7.7Data Layer PAGEREF _Toc482818148 \h 541.7.8Module Wise Architecture Diagram PAGEREF _Toc482818149 \h 551.7.9Development Environment PAGEREF _Toc482818150 \h 561.7.10Development Tools PAGEREF _Toc482818151 \h 571.8Database PAGEREF _Toc482818152 \h 571.9Version Controls PAGEREF _Toc482818153 \h 571.10Deployment Tools PAGEREF _Toc482818154 \h 571.11Details of website Hosted PAGEREF _Toc482818155 \h 58Annexure – 2: Operations & Maintenance Services PAGEREF _Toc482818156 \h 602.1Project Management PAGEREF _Toc482818162 \h 602.2Facility Management and Administration PAGEREF _Toc482818163 \h 602.3Storage and Database Administration PAGEREF _Toc482818164 \h 612.4Network Monitoring and Administration PAGEREF _Toc482818165 \h 622.5Email/Messaging Administration PAGEREF _Toc482818166 \h 622.6Security Administration PAGEREF _Toc482818167 \h 632.7Backup and Restore PAGEREF _Toc482818168 \h 642.8Server Administration & Management PAGEREF _Toc482818169 \h 642.9Help Desk Services PAGEREF _Toc482818170 \h 652.10MIS Reports PAGEREF _Toc482818171 \h 662.11License Management PAGEREF _Toc482818172 \h 672.12Installation/ Configuration/ Migration of Application Infra PAGEREF _Toc482818173 \h 672.13Application Related Services PAGEREF _Toc482818174 \h 672.14Configuration/Reconfiguration Management Services PAGEREF _Toc482818175 \h 682.15Asset Management Services PAGEREF _Toc482818176 \h 682.16O&M of Non-IT (Physical) Infrastructure PAGEREF _Toc482818177 \h 682.17DG Set Maintenance & Management PAGEREF _Toc482818178 \h 692.18Preventive Maintenance Services PAGEREF _Toc482818179 \h 692.19Corrective Maintenance Services PAGEREF _Toc482818180 \h 702.20Servicing and Maintenance PAGEREF _Toc482818181 \h 70Annexure – 3: Bill of Material PAGEREF _Toc482818182 \h 713.1Bill of Material – IT Infrastructure PAGEREF _Toc482818185 \h 713.2Bill of Material – Non-IT Infrastructure PAGEREF _Toc482818186 \h 723.3Bill of Material – Buyback Infrastructure PAGEREF _Toc482818187 \h 73Annexure – 4: Technical Specifications of various IT/Non-IT Components PAGEREF _Toc482818188 \h 744.1Tower Server PAGEREF _Toc482818193 \h 744.2Blade Server PAGEREF _Toc482818194 \h 754.3Blade Chassis PAGEREF _Toc482818195 \h 764.4SAN Storage PAGEREF _Toc482818196 \h 784.5Tape Library PAGEREF _Toc482818197 \h 804.6Network Switch (Distribution Switch) PAGEREF _Toc482818198 \h 814.7Fibre Port Switch (SAN Switch) PAGEREF _Toc482818199 \h 824.8Unified Threat Management (UTM) PAGEREF _Toc482818200 \h 834.9Desktop (All in One) PAGEREF _Toc482818201 \h 854.10Enterprise Management System (EMS) PAGEREF _Toc482818202 \h 864.11Building Management System (BMS) PAGEREF _Toc482818203 \h 874.12Access Control System PAGEREF _Toc482818204 \h 904.13IP based CCTV Surveillance System PAGEREF _Toc482818205 \h 924.14Audio Video Capture Card PAGEREF _Toc482818206 \h 954.15Lotus Dominos Mail Solution Additional Feature PAGEREF _Toc482818207 \h 96Annexure – 5: Format for Response to Technical Bid PAGEREF _Toc482818208 \h 97Form 1: Technical Bid Letter PAGEREF _Toc482818209 \h 97Form 2: Particulars of the Vendor PAGEREF _Toc482818210 \h 99Form 3: Technical Solution PAGEREF _Toc482818211 \h 101Form 4: Proposed Work Plan PAGEREF _Toc482818212 \h 102Form 5: Proposed Manpower PAGEREF _Toc482818213 \h 103Form 6: Detailed CV of proposed Manpower PAGEREF _Toc482818214 \h 104Form 7: Project Citation Format PAGEREF _Toc482818215 \h 105Form 8: Compliance Sheet PAGEREF _Toc482818216 \h 106Form 9: Manufacturers Authorization Form PAGEREF _Toc482818217 \h 107Form 10: Declaration of Seamless Integration PAGEREF _Toc482818218 \h 109Annexure – 6: Format for Response to Commercial Bid PAGEREF _Toc482818219 \h 110Form 1: IT Infrastructure Cost PAGEREF _Toc482818220 \h 110Form 2: Non-IT (Physical) Infrastructure Cost PAGEREF _Toc482818221 \h 113Form 3: Operation & Maintenance Cost (including AMC) PAGEREF _Toc482818222 \h 114Form 4: Buyback Infrastructure PAGEREF _Toc482818223 \h 115Annexure – 7: Format for Performance Bank Guarantee PAGEREF _Toc482818224 \h 116Annexure – 8: Pre-Qualification Criteria PAGEREF _Toc482818225 \h 118Annexure – 9: Technical Evaluation Criteria PAGEREF _Toc482818226 \h 120Annexure – 10: Service Level Agreement PAGEREF _Toc482818227 \h 12210.1Definitions PAGEREF _Toc482818236 \h 12210.2Types of SLAs PAGEREF _Toc482818237 \h 12210.3IT Infrastructure Related Service Levels PAGEREF _Toc482818238 \h 12310.4Physical Infrastructure related service levels PAGEREF _Toc482818239 \h 12510.5Help Desk Services PAGEREF _Toc482818240 \h 12610.6Security and Incident management PAGEREF _Toc482818241 \h 12710.7SLA Review Process PAGEREF _Toc482818242 \h 127Acronyms and AbbreviationsAbbreviationDescriptionADGAssistant Director GeneralBCPBusiness Continuity PlanCAPEXCapital ExpenditureDCData CentreDDGDeputy Director GeneralDBDatabaseDHCPDynamic Host Configuration ProtocolDNSDomain Name ServiceEMSEnterprise Management SystemFCFibre CableFTPFile Transfer ProtocolHDDHard Disk DriveICFREIndian Council for Forestry Research and EducationIFRISIndian Forestry Research Information SystemIMAPInternet Message Access ProtocolISOInternational Organization for StandardizationITInformation TechnologyITILInformation Technology Infrastructure LibraryKVAKilo Volt AmpereKVMKeyboard, Visual and MouseLANLocal Area NetworkLDAPLightweight Directory Access ProtocolLSLump SumMPLSMulti-Protocol Label SwitchingNOCNetwork Operations CentreNMSNetwork Management SystemOEMOriginal Equipment ManufacturerOPEXOperations ExpenditurePOP3Post Office Protocol version 3RDBMSRelational Database Management SystemEMD Earnest Money DepositPBG Performance Bank GuaranteeFATFinal Acceptance TestSPOFSingle Point of FailureO&MOperation & MaintenanceFAQFrequently Asked QuestionsAMCAnnual Maintenance ContractTANTax Deduction Account NumberPANPermanent Account NumberCALClient Access LicenseMAFManufacturers Authorization FormIPRIntellectual Property RightsRequest for Proposal (RFP) DatasheetEventsDate/TimeVenuePublished Date26.05.2017 12.30 PMICFRE website and Central Public Procurement (CPP) Portal Bid document download/Sale start date26.05.2017 01.30 PMCPP Portal Pre-bid Meeting 06.06.2017 10:00 AM Board Room, ICFRE Head Qtr, DehradunBid submission start date 09.06.2017 11.00 AMCPP portalBid submission end date 18.06.2017 11.00 AMCPP portalOpening date of technical bids 19.06.2017 11.30 AMOnlineOpening date for Financial bids 28.06.2017 11:00 AM OnlineCoordinating Officer:DDG (Admin)Indian Council of Forestry Research & EducationPhone: 0135- 2752229Email: ddg_admin@, head_it@ IntroductionThe Indian Council of Forestry Research and Education (ICFRE) is an autonomous body under the Ministry of Environment and Forest, Government of India and its mandate is to formulate, organize, direct and manage forestry research; transfer developed technologies to states and other agencies; and impart forestry education.ICFRE, an apex body in the National Forestry Research System, has been undertaking the holistic development of forestry research through need based planning, promoting, conducting and coordinating research, education and extension covering all aspects of forestry. ICFRE has nine Regional Research Institutes and four Research Centres located in different bio-geographical regions of the country to cater the forestry research needs of the nation. The regional research Institutes are located at Jodhpur, Dehradun, Shimla, Hyderabad, Coimbatore, Ranchi, Bangalore, Jorhat and Jabalpur and the centres are at Aizawl, Agartala, Chhindwara and Allahabad. In view of growing needs of Information, Communication, Technology (ICT) based requirements of ICFRE along with its Institutes operating under its umbrella, ICFRE established a State of the Art, Tier-I, ISO 27001 Data Centre at its Headquarters at Dehradun, Uttarakhand in 2009. This Data Centre of ICFRE is providing centralized services such as Internet, Applications, Email Solution, Data Security (Antivirus), Hosting of Website, Video Conferencingetc. to all its Institutes. The Data Centre is equipped with requisite IT & Non-IT Infrastructure which enables ICFRE and its institutions with seamless, reliable/robust, shared and secured infrastructure. Existing data centre is providing these gamut of services to 1500+ no. of officials/users. The data Centre is currently manned 24X7 to provide optimum service levels to its users. In order to keep the Data Centre services abreast with the latest technologies, ICFRE felt a need to upgrade its Data Centre. For the same ICFRE invites the competent bidders to participate in the “RFP for Supply, Installation, Commissioning, Operations and Maintenance of Data Centre Infrastructure along with Buyback of obsolete components. Instruction to BiddersCompleteness of ResponseBidders are advised to study all instructions, forms, terms, requirements and other information in the RFP document carefully. Submission of the bid shall be deemed to have been done after careful study and examination of the RFP document with full understanding of its implications.Failure to comply with the requirements of this paragraph may render the Proposal non-compliant and the Proposal may be rejected. Bidders must:Include all documentation specified in this RFPFollow the format of this RFP and respond to each element in the order as set out in this RFPComply with all requirements as set out within this RFPPre–Bid MeetingPre-bid ConferenceICFRE shall hold a pre-bid meeting with the prospective bidders as per the date provided in the Schedule of RFP Bidding process. The Bidders will have to ensure that their queries for Pre-Bid meeting should reach as per Schedule of Bid process sheet by post, facsimile or email as per the date and time mentioned in the Schedule of Bid process. The queries should necessarily be submitted in the following format in MS EXCEL ONLY:S. No.RFP Document Reference(s)(Section & Page Numbers)Content of RFP requiringClarification(s)Points ofclarificationICFRE shall not be responsible for ensuring that the bidders’ queries have been received by them. Any requests for clarifications after the indicated date and time may not be entertained by ICFRE.Response to Pre-bid Queries and Issue of CorrigendumICFRE will endeavour to provide timely response to all queries. However, ICFRE makes no representation or warranty as to the completeness or accuracy of any response; neither response nor does ICFRE undertake to answer all the queries that have been posed by the biddersAt any time prior to the last date for receipt of bids, ICFRE may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the RFP Document by a corrigendumThe Corrigendum (if any) having clarifications to the queries from all bidders will be posted on CPP portal: may be emailed to all participants of the pre-bid conferenceAny such corrigendum shall be deemed to be incorporated into this RFPIn order to provide prospective Bidders reasonable time for taking the corrigendum into account, ICFRE may, at its discretion, extend the last date for the receipt of Proposals.RFP Document FeesThe bidder may download the RFP document from the CPP portal: . The bidder shall submit, along with their Bids, RFP Document fees of INR 5,000 only (INR Five Thousand only) in the form of a demand draft/bankers chequein favour of “DDO, ICFRE Dehradun” payable at Dehradun. Proposals received without or with inadequate RFP Document fees shall be rejected. If a company is registered with NSIC as MSME, tender fees is waived off. However, bidders have to provide a valid certificate (NSIC) at the time of bid submission.Earnest Money Deposit (EMD)The bids should be submitted along with an EMD of INR 5,00,000 (INR Five Lakh Only) in the form of FDR/BG. The bids submitted without this EMD will be summarily rejected. The FDR/BG should be drawn in favour of “DDO, ICFRE Dehradun” payable at Dehradun. The FDR/BG should be valid for a period of Six Months (180 days) from the date of opening of bids.If a company is registered with NSIC as MSME, EMD is waived off. However, bidders have to provide a valid certificate (NSIC) at the time of bid submission.The EMD of those bidders that are disqualified during the technical evaluation stage will be returned within a month from the date of the decision. The EMD of the remaining unsuccessful bidders will be returned within a month from the date of signing the agreement with the successful bidder. The EMD of the successful bidder shall be returned within one month of receipt of Performance Bank Guarantee. The bidders shall not claim any interest on the EMD.Failure of the successful bidder to comply with the requirement of the Contract shall constitute sufficient grounds for the annulment of the Contract and forfeiture of the bid security (EMD), in which case ICFRE may award the Contract to the next successful bidder(s) or call for new bids.The Earnest Money will be forfeited on account of one or more of the following reasons:The Bidder withdraws his bid during the period of bid validity specified by him on the bid letter form.Bidder does not respond to requests for clarification of their bid Bidder fails to co-operate during the bid evaluation process, andIn case of a successful Bidder, the said Bidder fails To sign the Contract Agreement in stipulated time; orTo furnish Performance Bank GuaranteePerformance Bank GuaranteeThe Vendor shall carry out the services in conformity with general professionally and technically accepted norms relevant to such assignments that are required for the project and which are to the entire satisfaction of ICFRE.In the event of any deficiency in services, the Vendor shall promptly re-provide the services at no additional cost to ICFRE.Within 7 days of receipt of Letter of Intent (LoI) from ICFRE, the successful bidder shall submit the acceptance of the same. Within 30 days of the acceptance of Letter of Intent (LoI), the successful Bidder shall furnish the Performance Bank Guarantee on a stamp paper of INR 100/- (Rupees One Hundred only), for an amount equivalent to 10% of the total Contract value for the period of the Contract plus 180 days from the date of signing of the Agreement.Contract Agreement shall be signed within 40 days from LoI Acceptance.The Bank guarantee must be drawn in favour of the DDO ICFRE, Dehradun. The format of Bank Guarantee should be as prescribed in this RFP.Failure of the successful Bidder to comply with the requirement shall constitute sufficient grounds for the annulment of the award and forfeiture of the Performance Bank Guarantee. In case of exigency, if ICFRE gets the work done from elsewhere, the difference in the cost of getting the work done will be borne by the successful Bidder.Forfeiture of Performance Bank Guarantee – The Performance Bank guarantee amount in full or part may be forfeited in the following cases -When the terms and conditions of contract are breached.When the Vendor fails to perform work satisfactorily.Notice for 30 days will be given in case of forfeiture of Performance Bank Guarantee. However the time period can be extended by ICFRE at its sole discretion.Release of Performance Bank Guarantee: The Performance Bank Guarantee deposited will be returned back after successful completion of the contract period.Venue for submission of BidsBids must be submitted online at the CPP portal: of BidsThe bids submitted by the bidders shall be valid for at least 180 days from the date of submission of bids.DisqualificationsWithout prejudice, the bidders may be disqualified and their bids may be dropped for further consideration for any of the reasons listed below:Material misrepresentation by Bidder in the RFP document.Failure by such Bidder to provide the information required herein.Non-submission of EMD of INR 5,00,000/- (INR Five Lakh only) would be rendered non-responsive and will be out rightly rejected.During validity of the bid or its extended period, if any, the bidder increases his quoted prices.Conditional bids.If found to have a record of poor performance such as abandoning work, not properly completing the contract, inordinately delaying completion, being involved in litigation or financial failures, etc.Failed to provide clarifications related thereto, when soughtSubmitted more than one bid. This will cause disqualification of all such bids submitted by such biddersBidders who are found to canvass, influence or attempt to influence in any manner for the qualification or selection process, including without limitation, by offering bribes or other illegal gratification shall be disqualified from the process at any stage.A Bid not valid for at least 180 days shall be considered as non-responsive and would be disqualified.Right to Accept/Reject Any Proposal or All Proposal(s)ICFRE reserves the right to accept or reject any proposal, and to annul the tendering process / Public procurement process and reject all proposals at any time prior to award of contract, without thereby incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidder or bidders of the grounds for ICFRE action.Preparation & Submission of ProposalProposal Preparation CostsThe bidder shall be responsible for all costs incurred in connection with participation in the RFP process, including, but not limited to, costs incurred in conduct of informative and other diligence activities, participation in meetings/ discussions/ presentations, preparation of proposal, in providing any additional information required by ICFRE to facilitate the evaluation process, and in negotiating a definitive contract or all such activities related to the bid process.ICFRE in no case will be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.LanguageThe Proposal should be filled by the Bidder in English language only. If any supporting documents submitted are in any language other than English, translation of the same in English language is to be duly attested by the Bidders. For purposes of interpretation of the Proposal, the English translation shall govern.Submission of ProposalThe completed proposal must be submitted mandatorily online at CPP portal: after going through the terms and conditions given thereof. The offers submitted by Fax/email/offline shall not be considered and no correspondence shall be entertained in this matter.The bid, consisting of the documents listed in the instructions, shall be signed by the Bidder or a person or persons duly authorized by the Vendor. All pages of the bid, except for appended printed literature, shall be initialled by a person or persons signing the bidCover 1. Technical BidQualifying DocumentsThe qualifying documents should be uploaded in CPP portal: as indicated in Annexure-8 “Pre-Qualification Criteria”. The authorized representative of Tenderer/Bidder has to sign the supporting documents on each page and the scanned copy of the documents in pdf format to be uploaded in CPP portal for qualifying in the bidding process.In absence of scanned and signed copy of required qualifying items as specified - the tender would be considered as invalid. Technical DocumentsTechnical documents should be uploaded in the CPP portal: as indicated in Annexure-9 “Technical Evaluation Criteria”. The authorized representative of Tenderer/Bidder has to sign the document and the supporting documents on each page and the scanned copy of the documents in pdf format to be uploaded in CPP portal as part of their Technical Bid.In absence of scanned and signed copy of required technical bid items as specified - the tender would be considered as invalid.Cover 2: Financial BidThe financial proposal must be submitted in the Schedule of financial bid in the form of BoQ.xls separate for each item - though the CPP portal: . Prices shall be quoted in Indian INR. The taxes should be indicated separately in the bid and will be payable as per the Government Law. Any change in government taxation policy will be applicable.TDS shall be made as per Income Tax Rules. Proposal EvaluationOpening of Technical ProposalBids submitted would be opened online from CPP Portal.Evaluation of the proposalsThe responses to the RFP document would be evaluated following the procedure as below:Pre-Qualification Evaluation: ICFRE will first scrutinize the eligibility of the bidders as per “Pre-qualification Evaluation” mentioned in Annexure – 8, based on the documents submitted by the bidder. The offers of the bidders who will fulfil pre-qualification criteria will be taken up for further scrutiny i.e. the technical evaluationTechnical Evaluation: A technical evaluation of the qualified bidders on the basis of the technical solution structure will be carried out prior to opening any financial proposal. The Indicative components of the Technical Evaluation are provided in Annexure – 9. Financial Evaluation: The bidder would submit the quote of bid as per the format given in the Annexure 6 of RFP. The evaluation committee will determine if the financial proposals are complete and without computational errors. Financial bid evaluation shall be done on the base price quoted by bidders exclusive of taxes.Overall Evaluation: The contract shall be awarded to the bidder with lowest commercial offer (L-1).Notification of AwardPrior to expiry of the period of the proposal validity, ICFRE will notify the successful bidder in writing that its proposal has been accepted. Signing of contractAt the same time as ICFRE notifies the successful bidder that its proposal has been accepted, ICFRE will enter in a Contract Agreement with successful bidder. Failure of the successful bidder to sign the contract proposed through the award letter, shall constitute sufficient grounds for the annulment of the award, in which event ICFRE may make the award to the next successful bidder or call for new proposals.Conditions of ContractGeneral Conditions of the ContractThe Contract/ Project Period shall commence from the date of signing of agreement between ICFRE and Successful Bidder.All IT and physical infrastructure required for supply and commissioning of the Server Farm as mentioned in the RFP shall be the property of ICFRE and will remain as ICFRE property upon completion/termination of the agreement.The Bidder should be liable for all warranties, spares and supplies including snags, defects and any shortcomings in the IT/Non-IT components for the entire period of the contract and the Bidder shall be the single point of contact for ICFRE and ICFRE shall have nothing to do with the OEMs directly.At all times, the Bidder shall act with appropriate propriety and discretion and in particular shall refrain from making any public statement concerning the Project or the Services without the prior approval of ICFRE and shall refrain from engaging in any political activity.Except with the written consent of ICFRE, Bidder will not divulge to any person or use for own purposes any information relating to the services, the project or ICFRE including information in respect of payments.The successful Bidder shall report immediately to ICFRE any accident or injury and any damage to the property of the client or to the property or person of any third parties occurring in or arising out of the performance of the services and any act, matter or thing which within their knowledge may have caused such accident or injury. They shall also report immediately to the client any circumstances or events which might reasonably be expected to hinder or prejudice the performance or the services, including circumstances and events relating to his transportation and accommodation.All reports, design notes, drawings, specifications, plan and other documents and data compiled or made by the Bidder while performing the services shall be the property of ICFRE and upon completion/termination of the engagement shall be disposed of as ICFRE shall direct. The Bidder may retain copies of such documents.Any modification of this Contract shall be in writing and signed by an authorized representative of each Party.After the award of Contract, it is the responsibility of the Successful Bidder to recommend ICFRE the actual number of components and/or additional components that may be required in the Server Farm with proper justification/documents, as per the Bidder’s assessment at the time of implementation of the Server Farm.At the time of actual implementation based on the requirements, the number of servers, network components and software may be increased / decreased after mutual agreement between ICFRE and the Bidder.The Bidder shall comply with the laws in force in India in the course of performing this Contract.This Contract shall be governed in accordance with the laws of India.Income Tax Deductions at Source (TDS) will be deducted as per prevalent rules.After the conclusion of the contract, the selected Bidder shall not, without the consent of ICFRE engage in subsequent work on or in connection with the project or arising out of the project provided, however, that such consent shall not be unreasonably withheld.No legal proceedings to enforce any claim and no suit arising out of this contract shall be instituted except in a court of competent jurisdiction over Dehradun, mencement of Assignment shall be within 15 days from the date of acceptance of offer.The Deputy Director General (Admin.), ICFRE, Dehradun reserves the right without assigning any reasons thereof, to :Accept or reject whole or any part of an offerReject any or all offers partly or whollyCancel or withdraw the Tender noticeAccept or reject any deviations from these conditionsThe Server Farm developed may be subjected to Third Party Audit (TPA) for ISO 27001 certification for which the cost will be borne by ICFRE, however, any documentation required for this purpose, shall be in scope of bidder.The Implementation of the Server Farm Components should be completed within stipulated period of 160 days from the date of signing the agreement as mentioned in section 3.4, Project Timelines, failing to which ICFRE may impose penalties on the Bidder.Conditional bids are liable for rejection.No interest will be paid by ICFRE on the EMD and Performance Bank Guarantee deposit.ICFRE holds the right to accept or reject any or all bids, and to annul the Tender process and reject all bids at any time, without assigning any reason and without thereby incurring any liability to the affected bidder or bidders or any obligation to inform the affected bidder.Notices –For the purpose of all notices, the Bidder shall send or inform to ICFRE at:Deputy Director General (Admin)Indian Council of Forestry Research and Education,P.O. New Forest, Dehradun - 248006.All notices by ICFRE will be sent on the following address or on changed address if informed in writing by the Bidder to ICFRE.________________________________________________________________________________________________(To be filled in at the time of Contract signature)Governing LanguageThe Agreement shall be written in English language and such language versions of the Agreement shall govern its interpretation. All correspondence and other documents pertaining to the Contract that are exchanged by parties shall be written in English language only.Inspections and TestsBefore Installation and commissioning, ICFRE or its representative shall have the right to inspect and/or to test the goods to confirm their conformity to the Contract specifications at no extra cost to ICFRE.If any inspected or tested goods fail to conform to the specifications, ICFRE may reject the goods and the Bidder shall either replace the rejected goods or make alterations necessary to meet specification requirements free of costs to ICFRE.Contract AmendmentsNo variation in or modification of the terms of the Contract shall be made except by written amendment signed by both the parties i.e. the Successful Bidder and ICFRE.SeveranceIn the event any provision of this Contract is held to be invalid or unenforceable under the applicable law, the remaining provisions of this Contract shall remain in full force and effect.Conflict of InterestThe Bidder shall disclose to ICFRE in writing, all actual and potential conflicts of interest that exist, arise or may arise in the course of performing the Services.Force MajeureThe performance of the obligations of either party under this Agreement is subject to Force Majeure.If a Force Majeure situation arises, either party shall promptly notify to the other party in writing of such conditions and the cause thereof. Unless otherwise directed by ICFRE in writing, the vendor shall continue to perform its obligations under this agreement, as far as it is reasonably practical. Either party reserves the right to terminate this contract, without any additional liabilities to either party, if the Force Majeure period continues for more than 120 (One hundred and twenty) days.PenaltyCommencement of all activities for commissioning of Server Farm facilities and ongoing performance and service levels shall be as per timelines and parameters stipulated by ICFRE in this contract, failing which ICFRE may, at its discretion, impose penalties on the Bidder.Delay in Installation and CommissioningIn case of delay in commissioning of the Server Farm facilities and installation of Server Farm hardware for the continuity by the Bidder beyond the stipulated period as detailed in Section 3.4 (Project Timelines), ICFRE shall impose a penalty on the Bidder @ 0.5% per week for first 2 weeks of delay and @1% per week for each subsequent week, subject to a maximum of 10%. Penalty will be computed on the CAPEX value.Operation and MaintenanceIn case of non-adherence to the SLAs as defined in Annexure-10 – ‘Service Level Agreement’ of this RFP document, the penalties stipulated therein shall be imposed on the Bidder.The total deduction under penalties for SLAs as mentioned in section 10.3 to 10.6of SLA should not exceed 20% of the Equal Quarterly Instalments (EQI) of the OPEX value otherwise no payments would be made for that quarter.Three consecutive quarterly deductions under penalties for SLAs as mentioned in section 10.3 to 10.6of SLA of more than 20% of Equal Quarterly Instalments (EQI) of the OPEX value on account of any reasons will be deemed to be an event of default and shall make the contract liable for termination.In the event of any of the above happening, it shall be governed by the terms & conditions defined in Section 2 – ‘Conditions of Contract’.TerminationICFRE may, terminate this Contract in whole or in part by giving the Vendor prior and written notice indicating its intention to terminate the Contract under the following circumstances:Where ICFRE is of the opinion that there has been such Event of Default on the part of the Vendor which would make it proper and necessary to terminate this Contract and may include failure on the part of the Vendor to respect any of its commitments with regard to any part of its obligations under its Bid, the Tender or under this Contract. Where it comes to ICFRE’s attention that the Vendor is in a position of actual conflict of interest with the interests of ICFRE in relation to any of terms of the Vendor’s Bid, Tender or this Contract.Where the Vendor’s ability to survive as an independent corporate entity is threatened or is lost owing to any reasons whatsoever, including the filing of any bankruptcy proceedings against the Vendor, any failure by the Vendor to pay any of its dues to its creditors, the institution of any winding up proceedings against the Vendor or the happening of any such events that are adverse to the commercial viability of the Vendor. In the event of the happening of any events of the above nature, ICFRE shall reserve the right to take any steps as are necessary, to ensure the effective transition of the project to a successor Vendor/service provider, and to ensure business continuityTermination for Insolvency - ICFRE may at any time terminate the Contract by giving written notice to the Vendor, without compensation, if the Vendor becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter ICFRE.Termination for Convenience - ICFRE may, by prior written notice sent to the Vendor in advance, terminate the Contract, in whole or in part at any time for its convenience. The notice of termination shall specify that termination is for ICFRE convenience, the extent to which performance of work under the Contract is terminated, and the date upon which such termination becomes effective.The Vendor may, subject to approval by ICFRE terminate this Contract before the expiry of the term by giving ICFRE a prior and written notice at least 12 months in advance indicating its intention to terminate the Contract.Consequences of TerminationIn the event of termination of this Contract due to any cause whatsoever, [whether consequent to the stipulated Term of the Contract or otherwise] ICFRE shall be entitled to impose any such obligations and conditions and issue any clarifications as may be necessary to ensure an efficient transition and effective business continuity of the project which the Vendor shall be obliged to comply with and take all available steps to minimize loss resulting from that termination/breach, and further allow and provide all such assistance to ICFRE and/or the successor Vendor/service provider, as may be required, to take over the obligations of the erstwhile Vendor in relation to the execution/continued execution of the scope of this Contract.Where the termination of the Contract is prior to its stipulated term on account of a Default on the part of the Vendor or due to the fact that the survival of the Vendor as an independent corporate entity is threatened/has ceased, or for any other reason, whatsoever, ICFRE through unilateral redetermination of the consideration payable to the Vendor shall pay the Vendor for that part of the Services which have been authorized by ICFRE and satisfactorily performed by the Vendor up to the date of termination. Without prejudice any other rights, ICFRE may retain such amounts from the payment due and payable by ICFRE to the Vendor as may be required to offset any losses caused to ICFRE as a result of any act/omissions of the Vendor. In case of any loss or damage due to default on the part of the Vendor in performing any of its obligations with regard to executing the scope of work under this Contract, the Vendor shall compensate ICFRE for any such loss, damages or other costs, incurred by ICFRE capped to total contract value. Additionally, the sub Vendor / other members of its team shall perform all its obligations and responsibilities under this Contract in an identical manner as were being performed before the collapse of the Vendor as described above in order to execute an effective transition and to maintain business continuity. All third parties shall continue to perform all/any functions as stipulated by ICFRE and as may be proper and necessary to execute the scope of work under the Contract in terms of the Vendor’s Bid, the Tender and this Contract.Nothing herein shall restrict the right of ICFRE to invoke the Performance Bank Guarantee, enforce the Deed of Indemnity and pursue such other rights and/or remedies that may be available to ICFRE under Indian law.The termination hereof shall not affect any accrued right or liability of either Party nor affect the operation of the provisions of this Contract that are expressly or by implication intended to come into or continue in force on or after such termination.Liquidated DamagesSubject to clause for Force Majeure if the bidder fails to complete the Commissioning of Server Farm before the scheduled completion date or the extended date or if Vendor repudiates the Contract before completion of the Work, ICFRE at its discretion, may without prejudice to any other right or remedy available to ICFRE may recover a maximum of 10 percent of the project cost from the Vendor, as Liquidated Damages (LD).In the case it leads to termination, ICFRE shall give 30 days’ notice to the Vendor of its intention to terminate the Contract and shall so terminate the Contract unless during the 30 days’ notice period, the Vendor initiates remedial action acceptable to ICFRE.ICFRE may without prejudice to its right to affect recovery by any other method, deduct the amount of liquidated damages from any money belonging to the Vendor in its hands (which includes ICFRE’s right to claim such amount against Vendor’s Performance Bank Guarantee) or which may become due to the Vendor. Any such recovery or liquidated damages shall not in any way believe the Vendor from any of its obligations to complete the Works or from any other obligations and liabilities under the Contract.Dispute ResolutionICFRE and the Vendor shall make every effort to resolve amicably by direct informal negotiations, any disagreement or disputes, arising between them under or in connection with the Contract.If, after Thirty (30) days from the commencement of such direct informal negotiations, ICFRE and the Vendor have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred for resolution to the formal mechanism specified in Clauses 3 and 4 below.Except where otherwise provided in the contract all questions and disputes whatsoever in any way arising out of or relating to the contract or otherwise concerning the work or the execution or failure to execute the same whether arising during the progress of the Maintenance Contract or after the completion or abandonment thereof shall be referred to the sole arbitration of the person appointed by the Director General, Indian Council of Forestry Research & Education, (DG, ICFRE) Dehradun on his behalf at the time of dispute. There shall be no objection to any such appointment that the arbitrator so appointed is an employee of ICFRE, or government servant or that he/she had to deal with the matters to which the contract relates or that in the course of his/her duties as an employee of ICFRE, or government servant, he had expressed views on all or any of the matters in dispute of differences. The arbitrator to whom the matter is originally referred being transferred or vacating his/her office or being unable to act for any reason, shall be replaced by another person as decided by DG, ICFRE, to act as arbitrator in accordance with the terms of the contract. Such person shall be entitled to proceed with the reference from the stage at which it was left by his/her predecessor. It is also a term of this contract that no person other than a person appointed by the Director General, ICFRE should act as arbitrator and if for any reason, that is not possible, the matter is not to be referred to arbitration at all in all cases where the amount of the claim in dispute is INR 50,000/- and above. The Arbitration and Conciliation Act 1996, the rules there under and any statutory modification or re-enactments thereof, shall apply to the arbitration proceedings.The venue of arbitration shall be Dehradun, Uttarakhand, India.ICFRE may terminate this contract, by giving a written notice of termination of minimum 30 days, to the Vendor, if the Vendor fails to comply with any decision reached consequent upon arbitration proceedings pursuant to Clause 2.12 (Dispute Resolution).Continuance of the Contract: Notwithstanding the fact that settlement of dispute(s) (if any) under arbitration may be pending, the parties hereto shall continue to be governed by and perform the work in accordance with the provisions under the Scope of Work to ensure continuity of operations.ArbitrationExcept where otherwise provided in the contract all questions and disputes whatsoever in any way arising out of or relating to the contract or otherwise concerning the work or the execution or failure to execute the same whether arising during the progress of the Maintenance Contract or after the completion or abandonment thereof shall be referred to the sole arbitration of the person appointed by the Director General, Indian Council of Forestry Research & Education, (DG, ICFRE) Dehradun on his behalf at the time of dispute. There shall be no objection to any such appointment that the arbitrator so appointed is an employee of ICFRE, or government servant or that he/she had to deal with the matters to which the contract relates or that in the course of his/her duties as an employee of ICFRE, or government servant, he had expressed views on all or any of the matters in dispute of differences. The arbitrator to whom the matter is originally referred being transferred or vacating his/her office or being unable to act for any reason, shall be replaced by another person as decided by DG, ICFRE, to act as arbitrator in accordance with the terms of the contract. Such person shall be entitled to proceed with the reference from the stage at which it was left by his/her predecessor. It is also a term of this contract that no person other than a person appointed by the Director General, ICFRE should act as arbitrator and if for any reason, that is not possible, the matter is not to be referred to arbitration at all in all cases where the amount of the claim in dispute is INR 50,000/- and above. Subject as aforesaid, the provisions of the Arbitration and Conciliation Act 1996 or any statutory modifications or re-enactment thereof and the rules made there under and for the time being in force shall apply to the arbitration proceeding under this clause.Services under the contract shall, notwithstanding the existence of any such dispute, question or controversy, continue during arbitration proceedings and no payment, due or payable by ICFRE or the firm shall be withheld on account of such proceedings unless such payments are the direct subject of the arbitration. Reference to arbitration shall be a condition precedent to any other action at law.Payment scheduleThe payment process followed will be milestone based as per the following schedule:S. NoMilestonePayment1Receipt of material as per Bill of Material40% of CAPEX2Installation and Successful Commissioning50% of CAPEX3Quarterly payments spread over a period of 5 years10% of CAPEX & 100% of OPEXA total amount comprising of 10% of the CAPEX value and 100% of the OPEX value will be paid in 20 Equal Quarterly Instalments (EQI) over a period of 5 years from the date of Installation and Commissioning of ICFRE Server Farm. This amount shall be paid on the basis of performance linked to SLAs as defined in this RFP. All payments to the selected Vendor shall be made upon submission of invoices along with relevant sign-off from ICFRE.The following payment terms should be taken care of:No claim on account of sales tax, service tax, VAT, work contract tax or any other taxes and duties presently in force for the services / material used for execution of the work awarded under the contract, will be entertained by ICFRE and all such taxes and duties shall be borne by the Vendor himself.The ICFRE shall deduct such taxes, duties and any other statutory levies imposed by the Government on such charges as may arise from the implementation of the contract agreement.The payment is subject to TDS as per Income Tax Rules / Laws.Schedule of RequirementsScope of WorkICFRE intends to upgrade, operate and maintain the infrastructure of its Data Centre at Dehradun, Uttarakhand for the continuity of services provided to the ICFRE Head Quarter and its Institutes/Centres. ICFRE expects the Vendor to study the current architecture and redesign the deployment architecture for an optimally performing and cost effective solution. Supply, Installation, Commissioning, Operations& Maintenance of Data Centre Infrastructure along with Buyback of obsolete componentsThe Vendor is required to Supply, Install, Commission, Integrate, Upgrade and Buyback of specified obsolete components in Data Centre as per the specifications mentioned in thisRFP document. The Vendor shall ensure the seamless integration and interoperability with existing installed infrastructure and shall provide declaration on seamless integration as per Form 10 Annexure 5. The minimum specified scope of work to be undertaken by the Selected Vendor for continuity for DC is mentioned below:Finalize the deployment architecture/layout with the ICFRE IT teamProcurement, Supply, Installation &Commissioning of all the components & sub components including all necessary hardware & software as per the proposed solutionBuyback of obsolete componentsThe Vendor has to ensure that the solution shall work as desired and the Vendor is also responsible to supply and install any other components that is inadvertently missed out but required for the overall solution to work, without adding any line item in the Bill of Material given in this RFPThe Vendor shall be responsible for ensuring implementation of the proposed solution with existing infrastructure and solutions present in the DC and optimal functioning of all the components post installation. This implementation shall comply with BoM for the DC components (that needs to be supplied under this RFP as per Annexure 3) and conform to the agreed deployment/implementation architecture. The Vendor shall ensure that the solution permits the utilization of the existing security devices wherever rational such that entire functionality of these devices can be used to monitor security features and provide alerts, alarms, reports, proactive actions. The Vendor has to ensure that all the existing DC components which shall be retained shall work with the newly supplied equipment (as per the BoM in this RFP) as they were working with the existing infrastructure. Detailed BoM is enclosed at Annexure “3” of this RFP The Vendor must size and configure the Infrastructure being supplied in this bid accounting for future expansion and the solution shall be scalable. The specifications mentioned in the bid are mere indicative and minimal and Vendor has to ensure functional performance of the network components and as such Vendor is free to propose equipment with better and higher specificationsComprehensive training during the implementation phase shall be the key to successful Operations and Maintenance; hence the Vendor is required to undertake robust training for at least 3 representatives from the ICFRE. The training documents, including Operating Manuals, Standard Operating Procedures (SOP) for the proposed solution shall be prepared and shared by the Vendor with ICFRE. The successful Bidder is free to propose the training planICFRE, prior to the initiation of the O&M phase, shall undertake a detailed Final Acceptance Test (FAT) process, which will include:Component wise AcceptanceOverall Solution Acceptance The deliverables for FAT would include, but not limit to, the following:FAT document (including a Plan, procedures, and report) acceptable to ICFREStandard Operating Procedures (SOPs)Exit Management PlanSLA Measurement MethodologyTraining material for the operations & maintenance phase FAT would be considered as completed when all the required services provided by Data Centre functions smoothly Prior to deployment of the solution, the Vendor shall convey to ICFRE about all the requirements to be fulfilled for ensuring smooth operations. The requirements may include:Rack Space requirements in the available racksPower requirementsPassive component requirementsPlanned downtime requirements, if anyThe Vendor shall ensure that the planned downtime is during non-peak hours and on Saturday/Sunday preferably, so that the downtime has minimum effect on the existing operations of DCThe Vendor shall ensure that the existing ICFRE DC policy documents are updated as per requirement of ISO27001. If any document is required for compliance purpose for ISO 27001, the Vendor will prepare the same?During the entire contract period, the Vendor shall comply with the SLAs provided in Annexure 10 of this RFP All complaints shall be logged in the Help Desk and the data shall be used to comply with SLA compliance.The call and escalation that would be for the support period shall be properly recorded in the helpdesk system.The Vendor shall ensure that the products (hardware/software etc.) quoted are not at the “End of Life/Sale for 1 year” as on Bid Submission date. If in case the support for the product quoted has been stopped/withdrawn till the time of delivery of equipment, the same will be changed with the same or higher product at no extra cost. However, OEM has to ensure product support for more than 7 years once product is declared end of life/sale. The support including spares, patches for the quoted products shall be available for the entire period of the Project without any additional cost to ICFRE. If at any point of time during the contract period, it is found that the product is out of support within the specified time, the Vendor is liable for upgradation/replacement of product.Vendor will ensure that parallel run of existing Data Centre services shall continue till the time, existing services are migrated successfully on upgraded hardwareWarrantee Support of Data Centre InfrastructureAs part of the warranty services,Vendor shall provide:A Comprehensive Warranty for 3 years from the date of FAT and Maintenance Supportfrom OEM for rest of the contract period for all equipment(s)During the contract period, Vendor shall replace or augment or procure higher‐level new equipment or additional licenses at no additional cost in case the procured hardware or software is not adequate to meet the service levels.If during the contract period, any equipment has a hardware failure on four or more occasions in a period of less than three months, it shall be replaced by equivalent or higher‐level new equipment by the Vendor at no cost.In case any hard disk drive of any server, SAN, or client machine is replaced during Warranty/ Maintenance Support, the unserviceable HDD will be property of ICFRE and will not be returned to Vendor. Any component that is reported to be down on a given date should be either fully repaired or replaced by temporary substitute (of equivalent or higher configuration) within the time frame indicated in the Service Level Agreement (SLA).Vendor shall develop and maintain an inventory database to include the registered hardware warranties.Warranty should not become void, if ICFRE buys, any other supplemental hardware from a third party and installs it within these machines under intimation to the Vendor. However, the warranty will not apply to such supplemental hardware items installed. The Vendor shall be responsible for the O&M of the supplemental items for which an additional cost, mutually agreed, shall be paid to the Vendor per annum.Operations & Maintenance of Data CentreAs part of the Operations and Maintenance services, the Vendor shall provide support for the software, hardware, and other infrastructure, whether existing and/or provided as part of this RFP for a period of 5 years from FAT. Non‐IT Infrastructure Management and Maintenance shall include equipment/components but not limited to DG Set, Electrical/Mechanical components, Servo Voltage Stabilizer, UPSs, Battery Banks, Electrical cables, Industrial Sockets, Fire and Safety system, Water Leakage Detection system, Building Management System (BMS), Surveillance systems (CCTV), Access Control, VESDA &Public Address System, Pest and Rodent Repellent system, Racks, Power Distribution Unit (PDUs), Precision Air Conditioners (PAC), Split & Duct ACs, False Ceiling and Data Centre Floor etc.The detailed Operation & Maintenance Services to be carried out during the contract period are listed in Annexure –2. Manpower RequirementThe minimum requirement of manpower resources, their qualification and responsibility of each resource is given below. This is minimum indicative list of resources and based on actual requirements, the bidder may deploy any number of resources to meet the SLA. ICFRE shall not pay any cost for additional resources required to operate, maintain, monitor & manage the DC as per the SLA. In case support staff is not available or is on leave, the bidder is required to provide the alternative personnel with same or higher technical capabilities of the non‐available personnel.Resource Table (Indicative)Sr. No.PositionNo. of ResourcesDeploymentQualification & Experience1ProjectManager1Offsite/ Onsite(B.E./ B. Tech/ MCA) or equivalent with 10 years of relevant experience2Network / SystemAdministrator2FullTime onsite(B.E./ B. Tech/ MCA) or equivalent with 5 years of relevant experienceOr Graduate with 7 years of relevant experience orPolytechnic Diploma Holder with 8 years of relevant experience3Data Base Administrator1FullTime onsiteSame as above4Server Engineer / Technical Support4FullTime onsiteSame as above5Helpdesk Engineer / Executive1Full Time onsiteGraduate or equivalent with 3 years of relevant experienceResource Responsibilities and Job DutiesProject ManagerOverall in‐charge of Upgradation & O&M of the IT and Non-IT Infrastructure in DCCoordinating with third party agencies, bandwidth operators and software/equipment’s vendorsShould be the single point contact (SPOC) for managerial responsibilities and direct interface with ICFREResponsible for overall management of the Data Centre, user SLA commitments, performance, availability, response time, problem work & System AdminResponsible for network uptime, performance and other related work monitoring and proactive network uptime work management (routing), Router Configuration and Troubleshooting, upgradation, Link Performance Management of Switch(s) at Data Centre on day to day basis.Support administration, Change Management, Liaison with Bandwidth Provider officials and external vendors, bandwidth and facility managementResponsible for Firewall Management, Intrusion Management, Antivirus & Patch Management, Security Management.Responsible for Firewall Rules and Policies Management and Troubleshooting Implementing of NAT/PAT, SSH, signatures, etc.Plan & Implement comprehensive security policies and practices for entire infrastructure. Signatures updating, blocking of unwanted traffic, Antivirus updates, Patch updates, managing the network security on day to day basis.Monitoring any flooding, DoS, Intrusion attempt in real time during the office hoursDatabase AdminResponsible for database administration, should be responsible for database and application change management procedure.Responsible for management of database repository, creation, deletion, modification, backup and restore of databases and their tables.Backup of operating system, database and application as per stipulated policies at the DC.Ensuring prompt execution of on‐demand backups of volumes, files and database applications whenever required by User Departments or in case of upgrades and Configuration changes to the system.Real‐time monitoring, log maintenance and reporting of backup status on a regular basis. Prompt problem resolution in case of failures in the backup processes.Media management including, but not limited to, tagging, cross referencing, storing, logging, testing.Server Engineer / Technical SupportManaging server infrastructure services for System maintenance, storage, backup etc.Responsible for system configuration, scalability, performance, load balancing, OS administration / management, troubleshooting & Debugging and monitoring of serversInternet Management, E‐Mail management, Service Management, End point solutions management, Systems Management, Proxy, content filtering and Internet access management for users, managing Messaging serversMonitoring application components, including Application servers, Web Servers, on an ongoing basis to ensure smooth functioning of the applications.Helpdesk Engineer / ExecutiveLogging of support calls, escalation of calls, recording of configuration items and service calls monitor and control the Service levels and underlying service qualityCreating MIS reports for management purpose Managing and Supporting the Helpdesk System (tool) for day-to‐day operations.Required to do recommended modifications, additions, deletions in tool. Managing and operating Helpdesk tool issues as a Tool Specialist.Note: It is clarified that the responsibilities and numbers mentioned against the position type are only indicative, it is the responsibility of bidder to provide requisite resources of right competency and experience to completely discharge functional requirements of Operations & management, Error reporting, SLA compliance, support (installation of applications, software, networking devices, OS, Storage, Backup) and the cost of such manpower should be part of the bid being quoted by the bidder.The manpower deployed by the bidder for carrying out and providing services should be on the bidders’ payroll/contract. The complete set of manpower resources proposed by the Bidder shall be on‐site manpower only and strictly dedicated for this contract. Noncompliance of such deployment would result into imposition of penalty / termination of the contract as per the terms and conditions of RFP.The manpower deployed by the bidder shall report to the respective nodal officers nominated by ICFRE.The Bidder has to provide supporting IT and Communication Infrastructure to such manpower, during entire contract period without any extra cost to the ICFRE. Workspace shall be made available to the bidder by the department. Bidder has to ensure that the Support personnel deputed during all stages of the project shall carry an Identity Card duly authenticated by ICFRERole & ResponsibilitiesRole & Responsibilities of ICFRETo nominate single point of contact (Project Manager) who would be in charge of overall assignment andwould interact on day to day basis with the counterpart and provide technicalinputs.To ensure accountability/ ownership/adherence by the stakeholders.To provide joint ownership between the authorized officer and Vendor.To develop risk mitigation strategies and responsibility matrix at the level ofservicesTo provide escalation framework for issues related to implementation,commissioning and operations of Server FarmTo constitute processes for ensuring timely sign – offs.Approval for update of Backup, Security policy, business continuity plan and otherpolicy documents prepared by VendorTo provide raw powerMonitoring of implementation and SLA with the VendorSLA Agreement between ICFRE and VendorFinal Acceptance TestingRole & Responsibilities of VendorTo procure and install required infrastructure components for ICFRE Server Farm and provide related documentationTo provide full documentation of the design, installation and implementation of the IT/Non-IT components and their user manualsTo ensure successful integration with the existing systemTo make reports at specified periodic intervals on progress of the projectTo provide escalation framework for issues related to implementation, operations and maintenance of Server FarmTo assist ICFRE in carrying out Final Acceptance TestingOperations and Maintenance of the ICFRE Server farm infrastructure as perSLAsTo take periodical backups as per backup policy definedVendor shall be responsible for timely servicing of DG set and bear all expenses including cost of consumables, spares, servicing during the entire duration of the contract and the same shall be reimbursableTo ensure availability of power, cooling and other facilities as per SLA24x7 monitoring of the IT infrastructure Server Management - Periodic system upgrades/ updates, Vulnerability Assessment etc.Full proof security – locked server cabinets and access control to all areasSecurity Management – Firewall Monitoring, analyse logs and updateconfigurationsAdministration and management of Storage and backup InfrastructureProvide Mail and messaging services24x7 availability of help deskTo track software usage throughout the Server farm setup so as to effectivelymanage the risk of unauthorized usage or under licensing of software installedat the server farmAny other as mentioned in this RFP document.Project TimelinesThe overall implementation for continuity of DC is envisaged to be completed in 160 Days. The entire implementation would consist of Procurement, Supply, Installation, Commissioning and Testing to meet the requirements of ICFRE. Implementation is expected to be completed within 160 days from the date of signing of agreement with the Vendor. This would be followed by Operations & Maintenance (O&M) support services for a period of 5 years from the date of completion of FAT.Project Deliverables ScheduleThe Vendor must submit a detailed schedule for the below mentioned milestones and deliverables (but not limited to) that would be delivered during course of the project plan. The table gives a set of high-level activities. The Vendor should use this list only as guidelines in terms of expected deliverables. The Vendor is required to furnish detailed information regarding each deliverables of every step of activities proposed during and after the implementation of the project.Project Start Date = STSr. No.ActivitiesTimeline1Signing of Contract with Bidder (Vendor)Start Date (ST)2Delivery of Hardware/SoftwareST + 90Days3Installation, Commissioning & ConfigurationST + 120Days4FAT (Final Acceptance Testing)ST + 150 Days5TrainingST + 160 Days6Operation & Maintenance Phase5 years after successful FATSpecifications & allied Technical DetailsProposed Data Centre ArchitectureScalabilityThe Vendor shall plan and provide for horizontal scalability in such a manner that a new server can be added (or removed) dynamically, as and when required in future, without disturbing the normal functioning of the system. The vertical scalability in servers in terms of additional processors and RAM will have to be provisioned for handling future growth in transactions. AvailabilityThe Vendor needs to indicate the critical components in the system and indicate the plans for failover mechanisms. The components shall be in redundant mode (N+1) configuration. The Vendor shall ensure that no single point of failure (SPOF) exists and enough redundancy is built in to the DC.OEM SupportThe bidder shall ensure that OEM support is available on all calendar days for all time.InteroperabilityThe entire system/subsystem should be interoperable, in order to support information flow and integration. Operating systems and storage technologies from several suppliers must interact well with each other.SecurityThe system must provide an end-to-end security blanket to protect the applications, services, data and the infrastructure from malicious attacks or theft from external (through internet) hackers Using UTM, Firewalls and Intrusion detection systems such attacks and theft should be controlled and well supported (and implemented) with the security policy. The security implementation shall cover all three layers namely physical, network and transport layer.Server SecurityVulnerability Assessment of the Server shall be carried outServers shall be hardened regularlyAdditional Layer of Security shall be provided to applications by deploying these behind the FirewallVirtualizationThe Vendor must propose virtualization techniques for deployment of the server for optimum use of resources and design the solution appropriately keeping in view the performance requirements.The virtualization software should be supplied along with management software that should support creation, deletion and movement of VM’s across different serversThe Vendor is expected to propose the deployment architecture that is best suited for the optimized use of the current and future infrastructure leading to significant reduction in energy consumption and operational cost.Bill of MaterialThe Bill of Material (BoM) along with technical specifications of the Data Centre are placed at Annexure 3Technical Specifications of Data Centre InfrastructureThe technical specifications of the Data Centre infrastructure are placed at Annexure 4Price ScheduleThe bidders are expected to respond to the RFP using the forms given in this section and all documents supporting Financial Bid Evaluation. These forms are for reference purpose only. Bidders have to submit the financial bid separately as per the Bill of Quantity (BOQ) uploaded on the tender portal. In case, bidders submit the financials along with technical bid in hard/soft copy, their bids shall be summarily rejected. Financial Bid shall comprise of following forms in Annexure 6:Form 1: IT Infrastructure CostForm 2: Non-IT Infrastructure CostForm 3: Operations & Maintenance CostForm 4: Buyback of HardwareThe total financial evaluation calculation will be as follows:Total Cost = (Cost of Items in Form 1) + (Cost of Items in Form 2) +(Cost of Items in Form 3) – (Cost of Items in Form 4)Contract FormsBidders are requested to quote the technical proposal as per the Forms provided in Annexure: 5. The forms are Form 1: Technical Bid LetterForm 2: Particulars of the BiddersForm 3: Technical SolutionForm 4: Proposed Work PlanForm 5: Proposed ManpowerForm 6: Detailed CV of Proposed ManpowerForm 7: Project Citation FormatForm 8: Compliance SheetForm 9: Manufacturers Authorization Form Form 10: Declaration on Seamless IntegrationOther Standard FormsIn this section bidders are requested to comply with the other Forms as defined below. Annexure 2: Operation & Maintenance ServicesAnnexure 7: Format for Performance Bank GuaranteeAnnexure 10: Service Level Agreement Annexure – 1: Existing InfrastructureData Centre DetailsS. NoDescriptions1Data Centre Room – Server Farm Area 450 Sq. Ft2Data Centre Room – Storage Area Network (SAN), Racks, Tape Library, Servers, Data Communication area, Internet Security Area / De- militarized Zone (DMZ) /Militarized Zone, FTP, Proxy, Web, DNS, Antivirus, Application, DHCP Email, Database Servers, EMS Monitoring, Antispam, SVN server, Staging Area: Database Administrators, System Administrators and Network Security Administration, Application Server Administrators Room & Network Operations, BMS3Air Crush Lobby, BMS Control Panel4Power Room: UPS, Cooling System & Power Backup Equipment Area – 350 Sq. Ft5Hardware – Database Servers, Application Servers, Web Servers, Firewall, Routers and Switches, IDS/IPS, VA Scanner, SAN, SAN Switch, Anti-virus, Email, Antispam etc.Current Deployment ArchitectureIT Infrastructure#Equipment DetailsMake / ModelQty.1Blade Server Type 1HP BL460c G1 Dvlss CTO162Rack Server Type 2HP RX6600 23Rack Server Type 3HP ProLiant DL180 G5 94Rack Server Type 4HP ProLiant DL380 G5 Storage Server15Tower - Server Type 5HP ProLiant ML110 G5 e Server126Storage Tape LibraryHP Storage Works EML 103e Library17SAN StorageHP Storage Works EVA4400 SAN18KVM DisplayAustin Hughes Cyber View RKP115e59IP KVM SWITCHAuto View 3100110KVM SwitchAccent Switch View 1000 8 Port 111Power SwitchDB Power INSTA Switch 3000212Server ChassisHP BLS c7000113Server Rack Cyber Rack 42 U614Desktop ComputerHP Compaq dx2480 Business PC1015Routers (MPLS VPN)Cisco 2811 series116Routers (Internet Router), 2 Nos.Cisco 1841 Series217Network Switches (Core Switch)Cisco WS-C3560-24TS218Network Switches (Distribution Switch)Cisco WS-C2960G-24TC-L519FirewallCisco 5550 Adaptive Security Appliance420Antispam ApplianceIBM Proventia Network Mail Security System MS3004121Intrusion detection and prevention SystemIBM Proventia Network Intrusion Prevention System (IPS) GX5008322Vulnerability ScannerIBM Proventia Network Enterprise Scanner 750123Fibre port Switch (SAN Switch)BROCADE 50002Non-IT Infrastructure#Equipment DetailsMake and configurationQty.1Precision ACPCX-352 DTR22UPS SystemEaton POWERWARE 9390Power rating: 80KVA23UPS systemEaton E Series DX; Power rating: 20KVA24DG setJakson Diesel Generator Set 160 KVAModel: C 160 D5 P15Fire Alarm SystemMake HoneywellModel: NFS-320/E/C with one panel16Fire suppression systems Item: FM-200; Model: Eureka Forbes27Rodents ControllerMake Master/ VHFO- LP 2018Water Leakage SystemWater Leakage DetectorMake Honeywell19Smoke detector systemVESDA Laser FOCUS VLF-250110DVR and CCTVMake: G4S111DVR and CCTVMake: Samsung; Model: SRD-440112Access control SystemMake Syris; Model: SY210NT4 SSN–V3 113PA system: Area CoverData centre, Staging room and NOC roomAmplifier make: Plena114BMSBuilding Management SystemMonitoring Software: Goldman Sachs115Duct ACBlue star 5.0 Tonn 216Split ACBlue star, TR-HWE241YB 2.0 Tonn617Split ACTata-Voltas2 45 DY 2.0 Tonn118Servo Voltage Stabilizer3 Phase-250 KVA1Software License#ItemNumber of UsersRemarks1Oracle database Enterprise Edition 10 GName User Plus Perpetual, 25 Nos Support renewal not done since 25th Aug 20142MS-Windows Server 2008 Ent. EditionEffective 03 Licenses?3MS-Windows Server 2008 Standard. EditionEffective 22 Licenses?4Windows Storage Server 2003Effective 01 License?5MS SQL Server 2005 Standard 1 processorEffective 02 Licenses?6Red Hat Enterprise Linux Advanced Platform, Standard (unlimited sockets)Effective 04 LicensesSupport renewal not done since 14th April 20167Red Hat Enterprise Linux, Standard (up to 2 sockets)Effective 10 LicensesSupport renewal not done since 14th April 20168JBoss Enterprise Application Platform, Standard (for up to 4 CPUs)Effective 02 LicensesSupport renewal not done since 14th April 20169CA Spectrum Network Fault Manager Foundation Suite1Support renewal not done since 31st Jan 201610CA Spectrum Network Fault Manager Report Manager111CA Spectrum Network Fault Manager Service Manager112CA eHealth Network Performance Manager Starter Suite113CA Service Desk Manager Full License1014CA Wily Introscope2415CA Access Control Premium Edition1816CA Insight for Distributed Databases with eHealth Entitlements (1-2 Processors)217CA Database Command Center 1 Unicenter Network and Systems Management v11.1118Unicenter Network and Systems Management v11.1119Unicenter Network and Systems Management Managed Resource v11.1120Symantec End Point Protection 12.0Effective 1500 LicensesSupport renewal not done since 28th July 201621Messaging and Email Software including necessary licensesEffective 01 LicensesSupport renewal not done since 31st Aug 2014 and currently 1450 Mail boxes are in use out of 150022Lotus Domino Enterprise Server Ver.9.0 Processor Value Unit (PVU) LicenseEffective 400 Licenses23Lotus Domino Web Access Messaging Authorised User LicenseEffective 1000 Licenses24Lotus Notes with Messaging Authorised User LicenseEffective 500 Licenses25HP Data Prot Windows/Netware/Linux LTUEffective 07 LicensesSupport renewal not done since 31st July 201626HP Service GuardEffective 01 LicensesSupport renewal not done since 31st July 2016Mapping of Data Centre InfrastructureS.No. Type of Server / ComponentQty.Configured forSoftware InstalledApplication1HP BL460c G1 Blade Server02Mail servicesIBM Lotus DominoIBM Lotus Domino2HP BL460c G1 Blade Server01Web ServerRedhat LinuxApache, Mysql3HP BL460c G1 Blade Server01DHCP ServiceRedhat LinuxDHCP4HP BL460c G1 Blade Server01Proxy ServiceRedhat LinuxSquid5HP BL460c G1 Blade Server01AntivirusSymantec AntivirusSymantec Antivirus6HP BL460c G1 Blade Server02ApplicationJbossIFRIS Enterprise7HP BL460c G1 Blade Server02ApplicationDotNet, ApacheIFRIS PIMS and EDMS8HP BL460c G1 Blade Server01DNSRedhat LinuxBIND9HP BL460c G1 Blade Server03TestingRedhat, Windows Server 2003DotNet, Apche, Jboss, Oracle Database10HP BL460c G1 Blade Server02TestingRedhat LinuxIBM Proventia, Squid, Oracle, Bind11HP ProLiant DL180 G5 09Enterprise monitoringWindows ServerCA spectrum, E-health, Unicenter, Willy, service desk, one click, IBM Site protector12HP ProLiant DL380 G5 Storage Serve01Backup ServicesWindows ServerHP data protector, Command View Tape Library, Command View EVA13HP ProLiant ML110 G5 e Server01Application Patch ManagementCentos LinuxSVN14HP RX6600 Server02Database ServerRedhat LinuxOracle 10 G15HP ProLiant ML110 G5 e Server11Antivirus Client ServerWindows server and Symantec AntivirusSymantec Antivirus client16HP Storage Works EML 103e Library01BackupBackup Library managed by Backup server.HP Command view Tape Library17HP Storage Works EVA4400 SAN01SANHP Command view EVA18Cyber Rack 42 U06Server RackRacks for storing Various Servers, and Network Components19Cisco 5550 Adaptive security appliance04Firewall Cisco IOS Ver.09CAMPUS, VPN and ISP Network20WS-C3650-24TS02Core SwitchedCisco IOS Ver.12Both the switches are Core switches and function on High availability mode active- active21WS-C2960G-24TC-L05Access SwitchCisco IOS Ver.12Various VLAN’s configured in all switches.22IBM Proventia Network Mail Security System MS300401AntispamLinux smtp 3.0.82-0.7-pae23IBM Proventia System (IPS) GX500803IDS/IPSstops Internet, Campus network and VPN threats and protect datacenter infrastructure24IBM Proventia Network Enterprise Scanner 75001Network Vulnerability Scanner25BROCADE 5000 02SAN SwitchSwitch connected with SAN, tape library drives, robotics, Database servers, Mail server and web server26Austin Hughes CyberView RKP115e03KVM DisplayConnected with: Blade Servers, Backup Server, database Server, CA servers, and Antispam Appliance27AutoView 310001IP KVM SWITCHAccess CA server rack total 09 Nodes connected28Accent Switch View 1000 8 Port 01KVM Switch29DB Power INSTA Switch 300002Power SwitchFor Network Rack No. 1 and network rack No. 230HP Compaq dx2480 Business PC10Staging Desktop PC’s31PCX-352 DTR02Precision ACData centre area cooling32Eaton POWERWARE 9390 80 KVA02Online UPS SystemUPS output for: Server racks and Network racks. inside data centre.33Eaton E Series DX 20 KVA02Online UPS SystemUPS output for Staging and NoC room.34Jakson Diesel Generator Set 160 KVAModel: C 160 D5 P01Diesels DG setPower backup for entire data centre area35Honeywell NFS-320/E/C01Fire Alarm SystemData centre area, Above fall sealing, Floor, Lobby, Staging room36Eureka Forbes FM20001Fire suppression systems 37Master/ VHFO- LP 2001Rodents ControllerData centre area, above fall sealing, Floor, Lobby, Staging room38Honey Well Water Leakage Detector01Water Leakage Detector39VESDA Laser FOCUS VLF-25001Smoke detector systemData centre area, above fall sealing, Floor, Lobby, Staging room40DVR System02Surveillance systemConnecting 8 Camera41Syris Access and Biometric system01Access control System42Amplifier make: Plena with MIC01PA system43BMS01Building Management SystemMonitoring Software: Goldman SachsTemperature MonitoringUPS system MonitoringFire alarm System monitoringDG Set MonitoringPAC1 and PAC2 monitoringSyris Access control application installed to manage physical access in data centre area and for issuing and cancellation of Access card 44HP Blade System C7000 Enclosures 16 baysHousing for existing blade servers Application DetailsDetails of IFRIS Application/ModulesModule/ApplicationIndian Forestry Research Information System (IFRIS) having following modules1. Research Information Management System2. Online Publication Information System3. Forestry Extension Management System4. Forestry Education and Grant Management System5. Biodiversity and Climate Change6. Scientific services management system7. Personal Information Management System8. Payroll Management System9. Financial Accounting System10. Electronic Document Management System11. Audit Management System12. Vigilance Management SystemFunctionalities of the modules of Indian Forestry Research Information System (IFRIS) used by ICFRE and its institutes are as below:Research Information Management System: Module is used for to process the project. It contains the details of projects.Forestry Extension Management System: Module is being used to upload and process the documents like MoM, reports etc.Online Publication Information System: Module is being used to show/publish the documents for the user uploaded through Forestry Extension Management SystemForestry Education and Grant Management System: It is having process of grant given to the forestry universities by ICFRE.Personal Information Management System: Module is used to keep the personal/official detail of an employee. Used for complete online of leave process. ACR, Pay Slips, GPF statements and other reports related to leaves are being taken out by employee through this module.Payroll Management System: Module is used for processing the salary of employees and to take different reports.Financial Accounting System: Module is being used for the entry of budget, vouchers and taking out various report related to finance.Electronic Document Management System: Module is being used for storing the Documents like service book, files etc. in electronic form.No of users: around 2000 No of server: 6 No of terminal: Users’ desktop (Appx.1500)Design OverviewIFRIS technical architecture is designed using component based distributed n-tier architecture. In an n-tiered application, presentation, business, and data components are separated into distinct layers Presentation layer components manage user interaction and make requests for business services by calling middle-tiered components. Business components perform business logic and make request to database and other resources. By partitioning applications cleanly into presentation, business, and data layers, the result is enhanced scalability, reusability, security, and manageability.IFRISapplication architecture is based on approach of classic Model View Controller (MVC) design pattern. The Application organizes the interactive application into three separate layers : one for the application model with its data representation and business logic (Model/Data Layer) , the second for views that provide data presentation and user input(View/Presentation Layer), and the third for a controller to dispatch requests and control flow (Controller / Business Layer).Layer Implementation StrategyUI Layer (JSF, Aj4jsf, CSS, Java Script and Actions as Backing Beans, Myfaces, Tomahawk, Richfaces, HTML, Ajax, JSP )Application Layer (Application Services, Workflow Engine-jbpm, , Servlet)Domain Layer ( Entity, Value Objects, Domain Srevices, Factory and Repository)Infrastructure Layer ( Persistence- Hibernate, JDBC, EHchahe Transaction and Concurrency Management, Security)Presentation LayerFor most business applications, a form metaphor is used to structure the presentation layer. The application consists of a series of forms (pages) with which the user interacts. Each form contains a number of fields that display output from lower layers and collect user input. Since the application architecture is loosely coupled, the application can render into any end client. This client can be a window form or a web browser.Web browser ComponentsThe Java Server Pages (JSP) technology in PIMS is being used for the View Layer, which provides a simplified, fast way to create dynamic web content and enables rapid development of web-based applications that are server and platform independent. JSF and Java scripts has been used extensively in presentation layer of Enterprise.Dot Net has been used in Presentation Layer of EDMS modulesApplication LayerLarge enterprise applications are often structured around the concepts of business processes and business components. These concepts are addressed through a number of components, entities, agents, and interfaces in the business layer. The business tier is implemented in reusable components. These business components are deployed in the high performance application serversThese components implement the business logic, providing views and transformations of the application state. The business logic is made available to various subscribing clients via various industry standard protocols. Application server will expose the business services to the clients.For Operational Modules the business layer components including the broker component are be implemented J2EE Enterprise Java Beans.The interactions between the presentation layer and business layer is implemented using spring features The business layer implements the business functionality of the application. The business layer will be composed of many components implemented using J2EE. The technology being used is Struts Framework for PIMS. Java Bean Helper classes to hold intermediate state across client request (Struts framework)Data LayerThe Database tier is a set of abstract components and Relational Database Management System (RDBMS) that provides for efficient storage and retrieval of data, objects, and relational models across the data, logical and business functionality that is tied strongly to the underlying data.The database layer of the architecture is implemented using a high end networked RDBMS, ORACLE.Module Wise Architecture DiagramEnterprise ModulesPIMS ModulesEDMS ModulesDevelopment EnvironmentEnterprise ModulesCore Java, JSF, Spring, Hibernate, JMS, Java Script, BIRTOracle DatabasePIMS ModulesCore Java, JSP, Servlet, Struts, java ScriptOracle DatabaseEDMS ModulesDot net 3.5 (C#), BIRT, Java Script, Oracle DatabaseDevelopment ToolsEnterprise ModulesEclipse 3.2.1Eclipse with BIRT Plug-in.Maven 2.0.7PIMS ModulesEclipse 3.2.1EDMS ModulesVisual Studio 2008Eclipse with BIRT Plug-in.Log4netDotnet framework 3.5DatabaseOracle Enterprise EditionVersion ControlsSVN Client Deployment ToolsEnterprise Modulesjboss-4.2.1.GAapache-activemq-5.1.0 for LinuxPIMS ModulesTomcat 5.5EDMS ModulesIISDatabaseOracle Enterprise EditionVersion ControlCentOS 5.3SVNICFRE database has been configured as an active/passive cluster mode, means that always one database node will be available to the users. Totally two nodes are assigned for this configuration. All the data of the oracle production database will be stored under the HP-Storage EVA 4400 SAN devices. Current Version - Oracle Database 10g Enterprise Edition Release 10.2.0.4.0 - 64bitCurrently, ICFRE application using 3 schemas for application data. Those schemas are ENTERPRISE (payroll finance account system (1.77 GB)), EDMS(project details (20GB)) and PIMS (personal information (86.45MB)Approx. Concurrent Users per day is 120 Current Size of Database is 38.38 GBDetails of website HostedS.No.Website NameWeb Server Details1.inHardware :-HP Blade Server BL 460cRAM 8GBProcessor : Quad Core 2.5GHzHard disk 146GBx2 Raid 1 400 GB partition mounted from SANSoftware:-Operating System : RHEL 5.3 ES, 64 bitsWeb Server : Apache Web Server Database : MySql2fri..in3tfri..in4rfri..in5iwst..in6ifgtb..in7hfri..in8 friu..in9afri..in10cfrhrd.11ifc2011..in12hindi..in13arproject..in14fracommittee.15ify-india..in16slem-cpp..in17ntfpmarketwatch..in18ifb..in19forum.20apw2013.21igbaas-ifgtb..in22shas2014.23sandalwood2014.iwst..in24mct.fri.25woodisgood2014.iwst..27dfe.28bookingsystem.:8080/woodsciAnnexure – 2: Operations &Maintenance ServicesOperation and Maintenance of the DC shall include functions/services as described in the following subsections. These functions/services should be performed by the operations and maintenance team and one person in the team can perform one or more functions at any point in time except the Project Manager. The scope of work for the Operations Phase is categorized below.Project ManagementProject Management is one the important activities for the management of a Server Farm. The Project Manager is responsible throughout the project for communication, planning, coordination and problem resolution. Project Management shall consist of following activities:Coordination with all the project stakeholders (ICFRE, Hardware/SoftwareVendors, OEMs etc.) to ensure that all Server Farm activities are carried out in a timely manner.Coordination with Vendors and OEMs to ensure that time and equipment dependencies are optimally managedInitiation of corrective action against any identified delays, shortages, ambiguities, or other problems.Single point of contact for the user departments that host services at the Server Farm.Preparation of plans and schedules, tracking project progress and timelines.Risk Management and escalation to higher levels for mitigation.Regular Status reportingParticipation in committee(s) meetings and dispute / issue resolution process.Facility Management and AdministrationThe Facility Management operations shall include the following tasks:Configuration of server parameters, operating systems administration and tuning.Operating system administration, including but not limited to management of users, processes, resource contention, preventive maintenance and management of upgrades including migration to higher versions and patches to ensure that the system is properly updated.Re-installation in the event of system crash/failuresMaintenance of a log of the performance monitoring of servers including but not limited to monitoring CPU, disk space, memory utilization, I/O utilization, etc.Event log analysis generated in all the sub systems including but not limited to servers, operating systems, databases, applications, security devices, messaging, etc.Ensuring that the logs are backed up and truncated at regular intervals.Periodic health check of the systems, troubleshooting problems, analysing and implementing rectification measuresEnsuring the upkeep of existing systems that would be reused and also incorporate necessary changes for new services if any during the tenure of the contractTroubleshooting issues in the infrastructure, network and application to determine the areas where fixes are required and ensuring resolution of the same.Identification, diagnosis and resolution of problem areas pertaining to the Server farm infrastructure and services and maintenance of assured SLA levels.Implementation and maintenance of standard operating procedures for maintenance of the infrastructure.Management of the user names, roles and passwords of all the relevant subsystems, including, but not limited to servers, applications, devices, etc.System administration activities shall include the following tasks but not limited to the following:Configuring and apportioning storage spaceSetting up of working e-mail accounts and mailing listsManagement and integration of databasesImplementing security on the Internet / IntranetSetting up of firewalls and authorization systemsPerforming periodic backup of data and automating reporting tasksExecuting hardware and software updates when necessary.The Facility management activities shall also include the following configuration management processes to track IT assets:Providing Information on the IT infrastructureEnabling control of the infrastructure by monitoring and maintaining information onAll the resources that need to deliver servicesStatus and history of Configuration Items (CI) or IT Assets and their relationship with other IT AssetsStorage and Database AdministrationThe Vendor shall administer the databases which have been setup in the server farm and provide a repository of information for Critical Services. Database Administration involves data backups & restores and monitoring the database server. Storage and Database administration activities shall include the following:Management of storage environment to maintain performance at desired optimum levels.Development of storage management policy - if required by ICFRE, configuration and management of disk array, SAN fabric / switches, tape library, etc.Configuration of SAN, but not limited to, whenever a new service is hosted at the server farm or in case of storage augmentation. This shall include activities such as management of storage space, volume, RAID configuration, zone, security, performance, etc.End-to-end management of database on continuous basis to ensure smooth functioning of the same.Management of any changes to database schema, disk space, storage, user roles.Performance monitoring of Databases on a regular basis including, preventive maintenance of the database as required.Applying patches of database upgrades as and when required with minimal downtime.Regular backups for all databases in accordance with the backup and archive policies and conduct recovery whenever required with appropriate permissions.Use of DBA tools related to performing database creation, maintenance, and database monitoring work Monitoring and AdministrationNetwork Monitoring and administration activities shall include the following:Monitoring and administering the LAN up to the integration points with WAN.Creation and modification of LANs (within server farm), assignment of ports to appropriate services and segmentation of traffic.Coordination with vendor for break-fix maintenance of the LAN cabling (within server farm).Email/Messaging AdministrationMessaging administration activities shall include end-to-end management of messaging systems, including, but not limited to the following:Administration of mail serversTroubleshoot and rectify all email-related problems reported.Monitoring performance and management of user account, mail boxes, post office and address book.Backup and archival management.Transaction log management.Implementation of mail policies as defined by ICFRE, including, but not limited to, user security, access control, encryption, mail box sizes, mail sizes, spam, content filtering, etc.Management and monitoring mail queues, mail routing of incoming and outgoing Internet mail.Security AdministrationIT Security is very crucial since IT has become a key tool for the business. The overall security has to be achieved based on the IT Security policies of the organization. The Vendor shall ensure that the policy guidelines are followed in the daily activities.Security administration activities shall include the following:Monitoring of various devices / tools such as UTM covering firewall, intrusion detection, content filtering and blocking, virus protection, VPN and vulnerability protection through implementation of proper patches and rules.Root domain administration by creating the root and sub-domains and setting the root level security policies such as authentication mechanisms (single/multi factor), password policies such as password length, password complexity, password expiry, account lockout policy, certificate policies, IP Security policies etc.Periodic reviews of domain level rights and privileges.Maintenance of an updated knowledge base of all the published security vulnerabilities and virus threats for related software, including, but not limited to, operating systems, application servers, web servers, databases, security solutions, messaging solutions, etc.Ensuring that patches / workarounds for identified vulnerabilities are patched / blocked immediately.Responding to security breaches or other security incidents and coordinate with respective OEMs in case of a new threat is observed to ensure that workaround / patch is made available for the same.Undertake maintenance and management of security devices, including, but not limited to maintaining UTM services to restrict network protocols and traffic, detecting intrusions or unauthorized access to networks, systems, services, applications or data, protecting email gateways, UTMs, servers, desktops from viruses.Implementation and periodic updating of the security policy.Operating system hardening through appropriate configuration and patch updates. The Vendor shall also provide the following anti-virus administration services:Monitor the Anti-Virus tool installed and ensure that the latest patches are updated in all the systems.Monitor the security console and clean the virus from the systems, which are affected and if necessary, isolate those systems to avoid further spreading of viruses.Alert users on new virus breakouts based on the info received from the ICFRE IT team.Install, configure and test latest security patches.Troubleshoot and rectify all virus related problems reported and also escalate if not rectified by the AV tool.Monitor the client security tools and adhere to the security policies of ICFRE.Monitoring the efficiency and effectiveness of the Anti-Virus tool.Registering and updating the Anti-Virus tool on the server and the clients periodicallyProviding feedback on any new viruses detected and alarm the protection systemsBackup and RestoreThe backup and restore functions will comprise of the following activities:Backup of operating system, database and application as per stipulated policies at the Server Farm.Monitoring and enhancement of the performance of scheduled backups, schedule regular testing of backups and ensure adherence to related retention policies.Ensuring prompt execution of on-demand backups of volumes, files and database applications whenever required by User Departments or in case of upgrades and configuration changes to the system.Real-time monitoring, log maintenance and reporting of backup status on a regular basis. Prompt problem resolution in case of failures in the backup processes.Media management including, but not limited to, tagging, cross-referencing, storing, logging, testing, and vaulting in fire proof cabinets.Physical security of the media stored in cabinets.Ongoing support for file and volume restoration requests at the Server Farm.Server Administration & ManagementThe Vendor shall perform all system administration tasks like server management and operating system administration, user management, device management etc. The vendor shall ensure high availability of System resources to the users and to maximize the uptime of the system by diagnosing, detecting and rectifying the faults in time. The activities shall include, but not limited to the following:Installation and Configuration of server, Hardware & OS parameters, operating systems administration and tuning.Installation/Re‐installation of the Operating System for newly procured hardware/software licenses or in the event of system crash/failures.Maintenance of a log of the performance monitoring of servers including but not limited to monitoring CPU, disk space, memory utilization, I/O utilization, etc.Ensuring the upkeep of existing systems that would be reused and also incorporate necessary changes for new services if any during the tenure of the contract.Troubleshooting issues in the infrastructure, network and applications to determine the areas where fixes are required and ensuring resolution of the same.Implementation and maintenance of standard operating procedures for maintenance of the IT infrastructure based on the policies.Management of the user names, roles and passwords of all the relevant subsystems, including, but not limited to servers, applications, devices, etc.Monitoring performance of server resources (CPU Usage, Memory, disks)Monitoring access logs and application logsTaking data backup and restorationApplying service packs, fixes, updates and security patches.Providing helpdesk related administrative supportHelp Desk ServicesThe help desk service will serve as a single point of contact for all incidents and service requests at the DC. The service will provide a Single Point of Contact (SPOC) and also escalation / closure of incidents for the user departments whose infrastructure is hosted at the data centre. The related activities shall include the following:Solution should comprise of a completely automated system of raising issues on a portal through web / intranet, call logging, ticket generation, sending alerts on email and SMS to users’ registered mobile number, and escalation to the administrators if required.Provide Help Desk facility during agreed service period window for reporting user entity (ICFRE and its sister institutions/centres) incidents / issues / problems with the IT infrastructure.Provide necessary channels for reporting issues to the help desk. The Help desk shall log user calls related to DC Solution and assign an incident/ call ID number. Severity shall be assigned to each call as per the SLAs. Creation of knowledge base on frequently asked questions to assist user entities in resolving basic issues themselvesTrack each incident / call to resolutionProvide feedback to callersAnalyse the call statistics.Continuous monitoring of the physical as well as the IT infrastructure at the DC to ensure availability as per agreed SLAs.Escalate the calls, to the appropriate levels, if necessary as per the escalation matrix agreed between the Vendor and ICFRE. The escalation matrix shall be developed by the Vendor in discussion with the ICFRE. Coordinate with respective vendors/OEMs for closure of calls.Analyse the incidents / call statistics and provide monthly reports including but not limited to:Type of incidents / calls loggedIncidents / calls resolvedIncidents / calls openMIS ReportsVendor shall submit the reports on a regular basis in a mutually decided format. The Vendor shall workout the formats for the MIS reports and get these approved by ICFRE within a month of being awarded the contract. The following is only an indicative list of MIS reports that may be submitted to ICFRE:Daily reportsSummary of issues / complaints logged at the Help DeskSummary of resolved, unresolved and escalated issues / complaints Summary of resolved, unresolved and escalated issues / complaints to vendorsWeekly ReportsSummary of systems rebooted.Summary of issues / complaints logged with the OEMs.Summary of changes undertaken in the Data Centre including major changes like configuration changes, patch upgrades, etc. and minor changes like log truncation, volume expansion, user creation, user password reset, etc.Patch update status of all servers including any virtual machines running on itMonthly reportsComponent wise server as well as virtual machines (if any) availability and resource utilizationConsolidated SLA / (non)- conformance report.Summary of component wise uptime.Log of preventive / scheduled maintenance undertakenLog of break-fix maintenance undertakenAll relevant reports required for calculation of SLAsQuarterly ReportsConsolidated component-wise availability and resource utilization.All relevant reports required for calculation of SLAsIncident ReportingDetection of security vulnerability with the available solutions / workarounds for fixing.DoS attacks, Hacker attacks, Virus attacks, unauthorized access, security threats, etc. and plan to fix the problems.Software license violations.MIS for Reporting Attendance Vendor has to report attendance on monthly basis.Note: The Selected bidder will also provide any other report requested by ICFRE during the contract tenure. License ManagementThe activities shall include, but not limited to the following:All the software licenses should be in the name of ICFRE.Vendor shall keep the record of all the software licenses and track software usage throughout the IT setup so as to effectively manage the risk of effective usage of software installed at the DC.The Vendor shall submit the renewal certificate of renewed Licenses to ICFRE The Vendor shall avoid the unauthorized usage of Licensed Software. In the event of any claim asserted by Third Party of Infringement of Copyright, Patent or Trademark arising from the use of IT components or software, the Vendor shall be entirely responsible to extinguish such a claim. If the Vendor fails to comply and ICFRE is required to pay the compensation to the Third Party resulting from such infringement, the Vendor shall be responsible for the compensation including all expenses, court costs and lawyer fees.Installation/ Configuration/ Migration of Application InfraVendor shall provide installation and configuration support for the application infrastructure to be hosted by ICFRE. The activities shall include, but not limited to the following:Vendor shall undertake pre‐installation planning at the Data Centre.Vendor shall carry out the planning and layout design for the placement of equipment in the DC in consultation with ICFRE. The plan and layout design should be developed in a manner so as to optimally and efficiently use the resources and facilities being provisioned at DC.The plan and design documents for the departmental application servers, thus developed shall be submitted for approval and the acceptance would be obtained prior to commencement of installation.The Vendor shall carry out Server, OS, Application, and Database & Services Hardening as per ICFRE Guidelines. The Vendor shall also check & verify that the Application Infrastructure (both Hardware and Software) is compliant with ICFRE’s policy, process & procedures/Guidelines.Application Related ServicesThe Information in this clause shall govern the methodology by which Application Related Services shall be provided to the Data Centre.Application related services shall complete the entire spectrum of services to be provided by the Vendor. As a part of these services, Vendor shall provide support for bug fixes, enhancements, operational support, and assistance to the User Department.These services have been classified under the following categories depending upon the extent of application support that may be required by the User Departments:Application Monitoring Website and Application hosting and managementApplication MigrationCoordinate with the application team to manage patch upgrade as and when required with minimal downtime. Ensure configuration management and backups of patch to rollback in case of problems.Configuration/Reconfiguration Management ServicesThe Vendor shall maintain complete configuration including reconfiguration (in hard & soft form in safe environment) for all equipment and handover the same to ICFRE at the time of completion of project or as and when asked by ICFRE.The Vendor shall define and adhere to the change management procedures and also ensure that no unauthorized changes are carried out. Any changes shall be incorporated with prior approval of ICFRE.The Vendor shall do proper version management of these configurations as they may change from time to time.These configurations shall not be accessible in general and must be kept confidential.Asset Management ServicesThe Vendor shall be required to create database of all the equipment(s)/ software procured/ Installed under this Project. The details of all assets like hardware, software, peripherals, manuals, media,other related peripherals etc. shall be maintained by recording information like make, model, configuration details, serial numbers, licensing agreements, warranty etc.Perform software license management, notify ICFRE on licensing contract renewal and engage in timely renewal of the licenses.Record installation and removal of any equipment under the project and inform ICFRE even if it is temporary.Create Software details with information such as Licenses, Version Numbers and Registration Details.O&M of Non-IT (Physical) InfrastructureAll the devices installed as part of the physical infrastructure should be remotely monitored and managed on a 24x7x365 basis. The physical infrastructure management and maintenance services shall include, but not limited to the following: Operation and management of Building Management System. Proactive monitoring of the entire Physical infrastructure installed at DC through Building Management Software.The Vendor shall also maintain records of all maintenance of the system and shall maintain a logbook on‐site that may be inspected by ICFRE or authorized TV footage is to be kept to meet legal, regulatory, ISO Policies compliance requirements. The record retention period shall be as per policies of ICFRE.Management of Physical Access to the premises as per the policies set by ICFREEnsure availability of the physical Infrastructure including Power, Cooling, CCTV, Access Control, and other components included as part of physical Infrastructure related services.Vendor shall maintain documentation for installation, testing, commissioning of any system/sub‐systems that is installed or upgraded.The Vendor should ensure high availability for power backup on 24x7x365 basis and should maintain all the systems/subsystems for power availability.DG Set Maintenance & ManagementVendor shall be responsible for Operations, Management and Comprehensive Annual Maintenance of Diesel Set for the entire contract period. The Vendor shall ensure that diesel shall be there in the DG sets at its full capacity in case of power failure.Vendor shall be responsible for timely servicing of DG set and bear all expenses including cost of consumables, spares, servicing during the entire duration of the contract and the same shall be reimbursable on the basis of the actual bills submitted and OEM Service Reports.Vendor will maintain register for monitoring and reimbursing the diesel consumption for the DG set.Procedure for monitoring and reimbursing the Diesel consumption for the DG set:There will be a register maintained and kept with Vendor Reimbursement of diesel cost will be done on Quarterly basis along with Quarterly Payment.ICFRE shall verify the diesel consumption from the log book maintained and MIS generated.The Vendor will submit the bill (original bills of petrol/diesel pump) for every purchase along with their invoice for reimbursement.Payment will be processed by ICFRE based upon verification of bill with the register entry on quarterly basis.Preventive Maintenance ServicesCheck, Repair/Replace any loose contacts in the cables/connectors & connections on a regular basis.Conduct preventive maintenance every three months or as directed by the ICFRE (including inspection, testing, satisfactory execution of diagnostics and necessary repairing of the equipment).The Vendor will keep a schedule of preventive maintenance services and shall provide reports to the ICFRE as and when asked.The Preventive Maintenance shall be carried out in Non‐Prime Hours only under prior intimation and approval from ICFRECorrective Maintenance ServicesWarranty and maintenance/troubleshooting of hardware problem of all supplied& existing IT Infrastructure including network (active/passive) equipment, Security, etc. and support infrastructure equipment such as UPS, AC, DG Set etc. and rectification of the same.Troubleshooting of problems arising in the network and resolving the same.Documentation of problems, isolation, cause and rectification procedures for building knowledge base for the known problems.Perform Root Cause Analysis of the problemsServicing and MaintenanceThe vendor should provide onsite repair or replacement of the IT/Non-IT components in the Server Farm as per SLA and coordinate to provide replacement of defective parts of equipment during Contract Period. The vendor shall ensure proper maintenance of equipment as per recommendation of OEM. Annexure – 3: Bill of MaterialBill of Material – IT InfrastructureSr. No.ItemQuantityUnit1Tower Server 9Nos.2Blade Server5Nos.3Blade Chassis1Nos.4SAN Storage1Nos.5Tape Library1Nos.6Distribution Switches5Nos.7Unified Threat Management (UTM)3Nos.8SAN Switch2Nos.9Desktop Computers10Nos.10MS Windows Server 2016 for 16 core per server10Nos.11Red Hat Enterprise Linux for Virtual Data Centre Premium Subscription (2 Socket, unlimited virtual)7Nos.12MySQL Standard Edition2Nos.13Audio-Video Capture Card with Web Streaming Capability9Nos.14Enterprise Management System1Set15Backup Software with relevant OS1 Nos.16Enterprise Virtualization Software Processor Based10Nos.17VPN Licenses for UTM100Nos.18SQL Server Standard Edition 2 processor license2Nos.19Microsoft Windows server update service 1Nos.20Symantec End Point Protection Server License with latest version or any other equivalent windows based antivirus solution1Nos.21Symantec End Point Protection Client License with latest version or any other equivalent windows based antivirus solution1500Nos.22Lotus Domino Web Access Messaging Authorised User License with latest version or any other equivalent email solution2000Nos.23Lotus Domino Enterprise Server Processor Value Unit (PVU) License with latest version or any other equivalent email solution50Nos.24Lotus Notes with Messaging Authorised User Licensewith latest version or any other equivalent email solution50Nos.Note: In case of change of existing solution such as antivirus, email solution etc., the vendor shall be responsible for smooth transition from existing to new system.Bill of Material – Non-IT InfrastructureSr. No.ItemQuantityRemarks1Access Control System1As per Specification mentioned in Annexure 42Building Management System1As per Specification mentioned in Annexure 43DVR & CCTV1As per Specification mentioned in Annexure 4Bill of Material – Buyback Infrastructure#Equipment DetailsMake / ModelQty.1Blade Server Type 1HP BL460c G1 Dvlss CTO142Rack Server Type 3HP ProLiant DL180 G5 93Rack Server Type 4HP ProLiant DL380 G5 Storage Server14Tower - Server Type 5HP ProLiant ML110 G5 e Server125Storage Tape LibraryHP Storage Works EML 103e Library16SAN StorageHP Storage Works EVA4400 SAN17IP KVM SWITCHAuto View 310018KVM SwitchAccent Switch View 1000 8 Port 19Desktop ComputerHP Compaq dx2480 Business PC1010Routers (MPLS VPN)Cisco 2811 series111Routers (Internet Router), 2 Nos.Cisco 1841 Series212Network Switches (Distribution Switch)Cisco WS-C2960G-24TC-L513FirewallCisco 5550 Adaptive Security Appliance414Antispam ApplianceIBM Proventia Network Mail Security System MS3004115Intrusion detection and prevention SystemIBM Proventia Network Intrusion Prevention System (IPS) GX5008316Vulnerability ScannerIBM Proventia Network Enterprise Scanner 750117Fibre port Switch (SAN Switch)BROCADE 5000218DVR and CCTVMake: G4S119DVR and CCTVMake: Samsung; Model: SRD-440120Access control SystemMake Syris; Model: SY210NT4 SSN–V3 121BMSBuilding Management SystemMonitoring Software: Goldman Sachs1Annexure – 4: Technical Specifications of various IT/Non-IT ComponentsTower ServerSr.No.SpecificationsDesired Specification1MakeOfferedTo be clearly mentioned. All the relevant product brochures and manuals must be submitted2Model OfferedTo be clearly mentioned. All the relevant product brochures and manuals must be submitted3Certification(s) RequiredOEM - ISO 9001 ManufacturerCertified on proposed RHEL, SUSE Linux ,Windows and VMware4Std. Compliance(s) Req.UL, FCC & RoHS5CPU: Latest generation 8CoreIntel Xeon E5-26xx v4 or higher Processor.ProcessorspeedshouldbeofMin2.1GHz and 20MB cache, single socket6HDD: 2X600 GB SAS Hard drive (10 K or higher RPM)7Memory:64GBMemory scalableupto256GB8Remote Administration: Should have dedicated network management port for remote administration9Integrated Graphics Controller10Dual 1 Gbps Network port11DVD ROM drive1218.5” TCO 05 certified TFT Monitor; OEM Keyboard and OEM Mouse;13Server Chassis having Redundant Hot Swappable Power Supply with 8 Hot Swap drive bays;14All required device drivers for System Configuration and Server Management.15HardDiskController:SASbasedsupportingRAID0,116Management:OSindependenthardwarehealthstatus. Out of band management port shall be available17Shallsupport64-bit proposed Red Hat Linux/ SUSE Linux /WindowsOperatingSystemplatform and proposed Virtualization Software.Blade ServerSr.No.SpecificationsDesired Specification1MakeOfferedTo be clearly mentioned. All the relevant product brochures and manuals must be submitted2Model OfferedTo be clearly mentioned. All the relevant product brochures and manuals must be submitted3Certification(s) RequiredOEM - ISO 9001 ManufacturerCertified on proposed RHEL, SUSE Linux ,Windows and VMware4Std. Compliance(s) Req.UL, FCC & RoHS5Server Form FactorBlade to be inserted into blade enclosure6CPU: Dual CPU Latest generation 16CoreIntel Xeon E5-26xx v4 or higher Processor.ProcessorspeedshouldbeofMin2.1GHz and 40 MB cache7HDD: 2X600 GB SAS Hard drive (10 K or higher RPM)8Memory:256GBMemory scalableupto1 TB9The available bandwidth on the blade server shall be 2x 10G (minimum) for Ethernet ports and 2x8 Gbps (minimum) for FC ports to achieve redundancy. Dedicated ports for Ethernet and FC shall be available. 10Remote Administration: Should havenetworkmanagementportforremoteadministration11Keyboard: VirtualKVMbasedremotecontrol12HardDiskController:SASbasedsupportingRAID0and113Management:OSindependenthardwarehealthstatus14Shallsupport64-bit proposed Red Hat Linux/ SUSE Linux /WindowsOperatingSystemplatform and proposed Virtualization Software.Blade ChassisSr.No.SpecificationsDesired Specification1MakeOfferedTo be clearly mentioned. All the relevant product brochures and manuals must be submitted2Model OfferedTo be clearly mentioned. All the relevant product brochures and manuals must be submitted3Certification(s) RequiredOEM - ISO 9001 Manufacturer4Std. Compliance(s) Req.UL, FCC & RoHS6Blade Chassis/Enclosure shall have a provision to accommodate minimum 16 nos. of 2P Blade Server modules (all the blade slots should be ready for new blade to be inserted)7BladeChassisshall have passive back plane. It should accommodatehotswappablePowersupplies,Fans, Modulesetc. Redundant Management should be provided for the chassis. Redundant Interconnect modules should be provided8Itshallincludeallaccessoriessothatitcan bemounted onan IndustryStandardRack9Allbladesin thechassismusthavethecapabilities ofutilizingtheprovidedoptical/DVDdrive&USBportsaspart ofthesolution whetherremotely or with directaccessibility10It shall have all required 100% redundant:Power Supplies,Network interface,Fiber Channel interface,Management module (automatic failover) etc.11It shall be supplied with the PDUs to connect Power Cables to the Chassis power input terminals.12The Blade chassis shall be fully populated with fans for cooling with 100% redundancy built in for the entire enclosure & its components.13Vendor should also provide sufficient no. of converged redundant modules for LAN and SAN connectivity to provide 4 Gbps of SAN and 5 Gbps of LAN uplink per server (if in case one module fails) with all connectors, plugins (if any) to provide proper connectivity.OrThe blade chassis should have minimum of 8X 10 G Network ports, 8 X 1 G network Ports and 8X8G HBA ports 14The power subsystem should have N + N power redundancy for a free slots in the chassis with highest CPU speed, maximum memory and IO configuration possible15The blade chassis should have 30% free space available for future Server insertion.16The blade chassis should provide integrated management system to manage and monitor Blade management, Configuration and alerting for all the components in the chassis. Should be capable of delivering BIOS/Firmware updates through the console. Real time monitoring of Power usage and HeatingShould have a failover module populated. Secure web (SSL) and command-line (Telnet/SSH) interfaces. The system can be integrated with active directory for multilevel user authentication and authorization (optional). Should provide capabilities of remote deployment of Operating systems17It should support remote KVM capability from an external keyboard, video monitor and mouse to all blades installed in the chassis through the management controllers.18Simultaneous KVM access to a single blade KVM by multiple users but the admin user can take Read Write ownership while the other user is in Read Only mode19Should be able to support the feature of virtual DVD to individual servers from remote systemsSAN StorageSr. No.Specifications1Make offered: To be clearly mentioned. All the relevant product brochures and manuals must be submitted2Model offered: To be clearly mentioned. All the relevant product brochures and manuals must be submitted3Certification Required: OEM - ISO 9001 Manufacturer4Standard Compliance Required: UL, FCC & RoHS5Storage Space: The storage should be configured with 15 TB usable capacity using SSD10K 1.2TB or higher capacity SSDdrives with Raid-6 (8+2 or smaller sized Raid groups). The storage should support RAID 1/10, 5, and 6. One hot spare disk for every 30 data disk shall be provided for all drive types.6Drive Support: SAS/FC, SATA, SSD7Storage should have 64Gbps front end Bandwidth using 8/16Gbps FC Ports scalable to 128Gbps FC & 40Gbps (4x10Gbps) Bandwidth for iSCSI host connectivity and 192 Gbps SAS backend throughput8Minimum 2 controller Storage with automated I/O path failover9Scale: up to 4 Times the proposed capacity without affecting performance10Should be a unified box supporting FCP, iSCSI protocols from day one, required hardware and software shall be proposed.11The storage should be configured with Automated Tiering across SSD, SAS and NL-SAS tiers, Replication and Snapshot licenses. Asynchronous Replication between DC and DR need to be configured, required FC-IP hardware if needed shall be quoted in redundant configuration.12Snapshot license should support 255 copies for a given volume or file.13The storage should be configured with minimum 48GB controller cache and the same should be 100% scalable With/Without any controller change. Storage should support flash cache of up-to minimum 500GB. Flash cache shall be able to cache both Read and Write operations.14The storage should be configured with automatic thin provisioning and automatic thin reclaim software licenses for the storage. 16The storage should be able to perform both synchronous and asynchronous replication. 17Storage should support Windows, Linux, VMware, etc. The storage should preferably integrate with Virtualization solution for better management.18Proposed Storage shall have no single point of failure and shall support online code upgrades.19A centralized extensive monitoring, configuration and management of storage components and its connectivity components like hosts, SAN switches, Host Bus Adapter via a single console20The Storage Array shall be supported in a virtualized environment with support for APIs for major Virtualization providers21The Storage Management Software shall be a secure web based GUI based and shall be able to discover and monitor storage systems. It shall provide pro-active intelligence by monitoring performance. 22Storage management software shall be configured with feature license to move sub-LUN data seamlessly across different Storage tiers like SSD, SAS and NL-SAS without stopping the host applications.23The storage management software shall support open standards based management like CIM, SNMP, etc.24The system shall be configured to make and maintain time copies of the useable storage space under Raid 1+0 and/or raid 5/6/DP25The SAN Storage shall provide HBA Load Balancing and Multi-pathing. The Software required for this should be supplied for adequate no of enterprise class Linux and Virtualization26Bidder should include all the licenses required to meet above stated objectives. 27The offered storage should provide online expansion of LUN28The offered solution should have Hot plug feature enabled disk.Tape LibraryS. No.Detailed Specifications1Make OfferedTo be clearly mentioned. All the relevant product brochures and manuals must be submitted2Model OfferedTo be clearly mentioned. All the relevant product brochures and manuals must be submitted3Certification(s) RequiredOEM - ISO 9001 Manufacturer4Minimum 4, latest generation (lto-6 or above) LTO drives and min of 24 slots. The proposed tape library should be scalable to 48 slots.5Fiber Channel Interfaces for connection to Storage via SAN switch 6Should have sufficient speed backup to Tape Library in High Availability for backing up data from the SAN without any user intervention7At least 40 latest generations (LTO-6 or above) drive Media Cartridges with 2 Cleaning Cartridges8Offered tape Library shall be Modular design to allow configuration, add capacity and increase performance.9The robotics should have the state of the art technology for accurate identification of bar-coded cartridges which is important for unattended and automated backup application10The library shall be able to do continuous automatic calibration and therefore shall not require downtime for periodic alignment11.The Tape library should be able to compress data on write12.The tape library should be integrated with standard monitoring solutions13.Detailed Form factor to be specified in the response14.Offered LTO drive shall have native speed of 160 MB/sec and data capacity of 2.5 TB (uncompressed).Network Switch (Distribution Switch)Sr. No.Technical Specifications1Make Offered: To be clearly mentioned. All the relevant product brochures and manuals must be submitted2Model Offered: To be clearly mentioned. All the relevant product brochures and manuals must be submitted3Minimum 24 ports of 10/100/1000 base-T and 2 additional SFP uplink ports populated with SX modules 41 U Rack mountable and should support stacking552 Gbps or higher Backplane capacity and minimum 38 Mpps of forwarding rate6Should support Non-blocking and distributed forwarding hardware architecture7All interfaces should provide wire speed forwarding for both Fiber and copper modules8Support for at least 1000 VLANs & 12k MAC address9It should have static IP routing and RIP from day 110Should be upgradable to OSPF and PIM in future11Switch should support 8 hardware queues per port12Dynamic Host Configuration Protocol (DHCP) snooping 13Switch should support LLDP and LLDP-MED capabilities14Should support IP source guard &DAI15Should support Secure Shell (SSH) Protocol and Simple Network Management Protocol Version 3 (SNMPv3)16Switch needs to have console port for administration & management17Management using CLI, GUI using Web interface should be supported18FTP/TFTP for upgrading the operating System19IEEE 802.1x support20IEEE 802.1D Spanning-Tree ProtocolIEEE 802.1p class-of-service (CoS) prioritizationIEEE 802.1Q VLANIEEE 802.3 10BASE-T specificationIEEE 802.3u 100BASE-TX specification21Switch should able to support management via CLI, Web interface SNMP v1,v2,v3Switch should be manageable through both IPv4 & IPv6.Switch should be UL-UL60950-1, EN 55022 Class A, CEShould have modular OS and should support configuration roll back to recover mis-configured switch to last known good configurationFibre Port Switch (SAN Switch)Sr. No.Technical SpecificationsMake OfferedTo be clearly mentioned. All the relevant product brochures and manuals must be submittedModel OfferedTo be clearly mentioned. All the relevant product brochures and manuals must be submittedCertification(s) RequiredOEM - ISO 9001 Manufacturer24 Port 16Gbps SAN switch scalable to 48 Port. The SAN switch should be configured with required number of LC/LC Cables and all 24 ports should be populated with 16Gbps SFP ports SAN Switch should be configured with redundant Hot Swappable power supply module. SAN switch should support trunking license and should support firmware upgrade/updates.Should have GUI based management software for administration and configuration The Switches should be capable of zoning and zoning license is required from day 1(one)The switches should support sending SNMP alerts to leading EMS solutions.Unified Threat Management (UTM)Sr. No.FeaturesTechnical SpecificationsMake OfferedTo be clearly mentioned. All the relevant product brochures and manuals must be submittedModel OfferedTo be clearly mentioned. All the relevant product brochures and manuals must be submitted1Appliance ThroughputMust be based on Multicore Parallel Processing ArchitectureFirewall Throughput minimum 8 GbpsMinimum 1 Gbps of Antivirus ThroughputMinimum 5.5 Million Concurrent sessionsMinimum 2 Gbps of IPS throughputMinimum 1 Gbps UTM throughputMinimum 1,50,000 New Sessions/secondMinimum 6 Gbps of IPSec VPN throughput and 300 Mbps of SSL VPN throughput6 nos. of 10/100/1000 Gigabit Ethernet ports & 4xGE SFP Supporting 2 Segment Hardware bypass 2General FeaturesShould be appliance based and rack mountableIdentity based FirewallIntrusion Prevention SystemGateway Anti-virusInbound Gateway Anti-spamWeb Content & Application FilteringBandwidth ManagementInbuilt-on Appliance ReportingNetwork:? OSPF, Round Robin load balance, RIPv2, BGP, equal & unequal cost load balance, High Availability, QoS, etc. Round Robin Balance, Server Load Balancing.Support for user authentication over SMS.Country Based Blocking, FQDN support and should support MIX mode deployment3Gateway Antivirus, Anti-Spyware and Anti-SpamVirus, Worm, Trojan Detection and Removal, Automatic Virus signature database update, Real-Time blacklist, MIME header check, and Redirect spam mails to dedicated email address, image-spam filter, Spam Notification, Zero hour Virus outbreak protection. Recurrent pattern Detection Technology for AS. Self Service Quarantine area.4Web and Application Filtering:URL, Keyword, File type block, Block Java applets, cookies, ActiveX, Block malware, phishing, pharming URL, block P2P application, anonymous proxies, Customized block on group basis. Minimum of 75 categories with more than 42 million URLS supported. 2000+ application support categorized into Characteristics, Technology, Category and Risk Level.5Security Features Intrusion Prevention System (IPS): For different attacks like Mail Attack, FTP Attack, HTTP Attack, DNS Attack, ICPM Attack, TCP/IP Attack, DOS and DDOS Attack, TelNet Attack. Signatures: Default (3000+), Custom , IPS Policies: Multiple, Custom, User-based policy creation, Automatic real-time updates from CR Protect networks,? Protocol Anomaly DetectionVPN: IPsec, L2TP, PPTP and SSL as a part of Basic Appliance, VPN redundancy, Hub and Spoke support, 3DES, DES, AES, MD5,SHA1 Hash algorithms, IPsec NAT Transversal, should be VPNC Certified.VPNC certificate is optionalLoad Balance: For Automated Failover/Failback, Multi-WAN failover, WRR based Load Balancing. High availability: Active-Active. QoS, OSPF, RIPv2, BGP, Policy routing based on Application and User support Round Robin Load Balancing.Bandwidth Management: Application and user identity based bandwidth management, Multi WAN bandwidth reporting, Guaranteed and Burstable bandwidth policy. Bandwidth for User, Group, Firewall Rule, URL and Applications.6Monitoring and Reporting System: Should provide more than 1200 drilled down reports, Compliance Reports - HIPPA, SOX, FISMA, GLBA, PCI, User and Group based Reports - Web, Email, IM, FTP, Application, Internet Usage Reports - Data Transfer, Surfing Time, Security Reports - Firewall, Attacks, Spam, Virus, Blocked Attempts, Remote Access Reports - VPN, SSL VPN, Search Engine Reports - Google, Yahoo, Bing, Wikipedia, Rediff, eBay, Trend & Search Reports, Multi-format reports - tabular, graphical, Exportable formats - PDF, Excel, Email Alerts/automated Report Scheduling7License for UTM (Unified Threat Management)License period will be counted after activation. Desktop (All in One)Sr. No.Technical SpecificationsMake OfferedTo be clearly mentioned. All the relevant product brochures and manuals must be submittedModel OfferedTo be clearly mentioned. All the relevant product brochures and manuals must be submittedProcessor: 5th Generation Intel Core i5 or above.Operating System: Windows 8 or above (64 bit).Display: 23 inch or above HDPort: HDMI, USBMemory (in GB): 8Hard Drive: 1 TB 5400 rpmGraphics Card: 2 GB Graphics Card make NVIDIA GeForce, ATI Radeon or equivalentDVD- R/W MS Office Standard LicenseEnterprise Management System (EMS)Sr. No.Functional SpecificationsMake Offered: To be clearly mentioned. All the relevant product brochures and manuals must be submittedModel Offered: To be clearly mentioned. All the relevant product brochures and manuals must be submittedThe proposed EMS should manage service availability by identifying critical services, the infrastructure they depend on and the relevant applications. The proposed solution should provide comprehensive and end-to-end management of all the components for each service including Health monitoring of Systems & Network infrastructure. The EMS system should include logging services for all the servers and also store for a minimum period of 1 year, the logs of all the servicesBidder has to propose Licenses for Data Centre EMS solution preferably from Open Source domain with necessary hardware & software components that are scalable enough to manage the ICFRE’s DC components In addition to above, bidder may quote for the renewal of existing EMS systemBuilding Management System (BMS)ItemsRequirementsMake Offered:To be clearly mentioned. All the relevant product brochures and manuals must be submittedModel Offered:To be clearly mentioned. All the relevant product brochures and manuals must be submittedScope & SpecificationsThe existing Data Centre consist of four zones namely:Server RoomStaging RoomNOC RoomUPS RoomThe Vendor should install the required BMS solution in all the zones of the existing Data Centre.The scope of work shall consist of supply, install, testing and commissioning of the industry standard, proven quality of integrated Building Management System (BMS) on the basis of truly distributed intelligence for a centralized overview, control and protect the Data Center area. This solution provides one central point through which various alerts and realtime monitoring can be done by the graphical user interface of the entire system and should able to generate reports. Dynamic colour graphics facility should be provided for monitoring and operation of the system without specialist computer skills. The systems should consist of “Command and Control” server and other allied accessories to integrate a wide range of critical infrastructure systems to protect from fire, unauthorized entry and surveillance in all areas. The BMS system should be supplied and installed with complete Sensors I/O modules, Direct Digital Controllers, Communication Controllers and Supervisory Software for interfacing with various safety and security systems for the Data Center as per this tender. This shall include laying of cabling in duct, conduits and power supply etc., necessary for installation of the system with supply of appropriate This shall include laying of cabling in duct, conduits and power supply etc., necessary for installation of the system with supply of appropriate type products as indicated in the specification and scope of work. The necessary terminal blocks that are required for connection of field equipment cables to DDC cables are also in the scope of the vendor. The Building Manager deals with a single viewing window which is a screen of PC monitor, known as operator workstation through which the health, status and data of various services are available continuously in the form of ‘Live graphic’. Automatic reporting take place through an online printer in various forms like Alarm summery, history trend or in any other form of reporting decided by the user. The BMS shall perform the following general functions.Building Management & ControlServe as operator Man – Machine interfaceData Collection &HistorisationAlarm Event & ManagementTrending, Reports & MIS GenerationMaintenance & Complaint ManagementNetwork IntegrationBMS system to have facility to send SMS & Email alert system for critical equipment’s eventslike failures in UPS Power, Cooling, Fire emergency, etc.BMS system to ensure that the power & cooling units are switched off when the fire breaks off & open the Access doors with siren & alert mechanism as mentioned above.BMS system to integrate UPS System, PAC Systems, PA System, Fire detection system, Fire suppression Gas release panel, VESDA, Access control system, CCTV surveillance system, DG Set and Water Leakage Detector system as specified in this tender. Also should have facility to add additional temperature monitoring devices and options to integrate other devices like additional DG, etc.Other SpecificationsAll the above listed Systems communicate with the Integrated Building Management System on MODBUS RTU Protocol or by other protocol provided by each of the system or by hard wired points to establish the communication for the desired functions of BMS. The Integrated Building Management System should be based on advanced state of art of technology wherein the various sub-systems are seamlessly integrated on a single platform and the IBMS software remains the headend for all the proposed safety and security system. The integration enables viewing of all the above systems through icons on the Building Automation System Software. Upon selection of each icon, the screen for the respective system appears on the Building Automation System Workstation. Seamless integration specifies that all these sub-systems of BMS has the same head-end and runs on the same application software from the same platform. This ensures that integration between the various subsystems are independent cables and hardwire connections between the various sub-systems. The seamless integration ensures software signals performing the integration functions between various sub-systems.The Screen would incorporate real time values of critical information that may be released by the respective systems. All critical alarms that may be available on the respective system shall pop-up on the Building Automation System Software Screen as and when they appear. The user can acknowledge the alarms and the information is stored in the Audit trail file of the Building Automation System.Control Station HardwareThe Control functions for each of the above systems depends on the information / data released by the respective system provider for the necessary controls from the Building Automation System. It is assumed that each of the Systems mentioned above, has their own Software & Hardware to communicate with the Building Automation System through suitable protocol. The Control stations shall comprise of Personal computers (PC) providing high-level operator interface with the system. The terminals shall be capable of providing the operator with the facility for remote system interrogation, control, and retrieval / storage of logged data, annunciation of alarms and reports, analysis of recorded data and the formatting of management reports. The control station shall consist of the following hardware with all of them suitable for the power supply voltage of 230 V AC ± 10%, 50 HZ + 3%. PC with Core I7 Processor/8 GB RAM/1TB Hard Disk 32” LED Display, with Wireless Keyboard & Mouse. Suitable MFD laser printer for printing of Reports etc. Windows 10 Professional operating system and other required software shall be included.EMS monitoringEMS shall monitor the LAN network of ICFRE. The following components of LAN are to be monitored:No of 48 port switches = 35No of 24 port switches = 69No of 16 port switch=1No of 12 port switch=2Access Point = 20AccessibilityView access dashboard of EMS shall be provided for 10 no. of usersAccess Control SystemBiometric Finger Scan Reader FeaturesMinimum Required ParametersTransmission Frequency 13.56 MHz Technology iClassSecurity 64 bit authentication keys. The data flow between card & Reader should be encrypted Graphical Display LCD display Function Should be configured as a Reader – Enroller, Enroller Only & Reader Only (All three are mandatory) Enrollment of fingerprint templates iClass Smart Cards Yes Read Range Minimum 3.5” Operating Voltage 10 – 12V DC Operation Indoor use Housing Polycarbonate Fingerprint Sensor Optical Sensor Resolution 500 dpi Timing Fingerprint Capture: Less than 2 Sec Verification of captured finger: Less than 1 Sec False Acceptance Rate Less than 0.01% False Rejection Rate Less than 0.01% Fingerprint Enrollment Software Yes Technology Compliance iClass 15693 & 14443B Certifications UL Operating Temperature 0° to 50°C or 32° to 122°F Operating Humidity10% to 90% relative humidity (Non-Condensing) Controller FeaturesMinimum Required ParametersReader Inputs Two Universal Inputs Two Tamper Input One Digital Lock Inputs Two Processor 50 MHz with 128 MB RAM and 32 MB Flash Processor For Reader Inputs Yes (Dedicated Processor for each Reader) Communication 10/100 Ethernet Port Memory Minimum 1000 personnel Records Area Lockdown Support Yes Real Time Clock Yes Encryption 64 bit Visual Indicator Yes Mounting Wall / Ceiling Mount Battery Backup 5 hours Technology Compatibility WiegandCard Reader Power 5V DC & 12V DC (Jumper Selectable) Wiring Distance 150 meters (Wiegand) Indicator LED Yes Push Button Switches Yes (For clearing the memory & Resetting the IP Address) Enclosure Yes Certifications CE Approved or UL listed Operating Temperature 0° to 45°C Operating Humidity 10% to 80% relative humidity (Non-Condensing) Sr. No.Access Control Software Specifications1Compatibility with any Windows Operating System 2Compatibility with MYSQL / SQL / ORACLE 3Support for TCP/IP Communication 4Provision for Alarm Monitoring for Battery, Mains Supply, Door Opened too Long, Door Forced Opened, Unauthorized Swipe & Controller Tampering 5Support for unlimited number of Card Database & Transactions 6Specify Card Activation & Expiry Date 7Support for Biometric, Pin & Smart Card Applications 8Management of Dual Access Levels to a single Card 9Remote Locking & Unlocking of Doors 10Remote management of Controllers 11Customization of Door User time for every card holder 12One Client License 13Two Stages of Alarm Management (Acknowledgement on Receipt & Closure on Investigation) 14Management of Minimum 100 Readers 15Access Privileges on the basis of Time & Date 16Creation of holiday schedules to cover maintenance & Vacations / Holidays 17Setting of Time / Date from Client workstation 18Permission to activate any control output for a specific event such as alarm 19Programmable Shunt time to control the door opening time 20Area Control by using Hard Anti Pass back, Soft Anti Pass back, Timed Anti Pass back, Occupancy Limit, Multi man principle, Area Lock down, Threat level conditioning. 21Alarm Management 22Automatic User Log off 23Cardholder Management & Enrollment 24Creation & Maintenance of User Database 25Assignment of Access Privileges 26Basic Time & attendance Feature such as Login report, Monthly Attendance etc. IP based CCTV Surveillance System#General Specifications1The IP based Closed Camera surveillance system shall use state of the art technology and shall comply with the UL standards2The IP based systems shall either use integrated or encoders for their camera systems and shall be from the same manufacturer as that of the IP Digital Video management system provider3All the cameras proposed shall be power over Ethernet with option for 24 Vac input4The system shall support open architecture and shall not have any proprietary equipment’s to ensure future compatibility with third party systems#Indoor High Definition Colour Camera Specifications1The camera should have 1/3” CMOS Imaging Device 2The camera shall be a minimum high-resolution 0.5 Megapixel Resolution (800 x 600) 3The camera should support 30 Images per Second (ips) at All Resolutions 4The camera shall have a minimum focal length of 3 ~ 8 mm Lens 5The camera should support Rugged, Indoor, Vandal-Resistant 6The camera should support video encoding on H.264/MJPEG dual streaming 7The camera should have electronic Day & night operation 8The camera should have minimum illumination of 0.5 lux 9The camera should have Power over Ethernet (PoE), IEEE 802.3af feature. 10The camera shall provide support of dual streaming #Standards 1The camera should have Wide Dynamic Range & White Balance Range. 2Should support Protocols: : HTTP, TCP/IP, FTP, TELNET, RARP, PPP, PAP, CHAP, DHCP, SMTP Client, NTP, RTP, RTSP3The camera should have Interface of Ethernet (RJ-45, 10/100 Base-TX) 4The camera should be accessed through Web-browser in Microsoft IE 6.0 or above Multiple-users should be able to have access to the camera 5Operating temperature range should be 0° to 50°C or 32° to 122°F 6Operating humidity range should be 20% to 80%, noncondensing 7Power consumption should be not more than 3.5W. 8The camera should have UL Listed or CE Certified. #Network Video Recorder / Server supporting 64 video streams Specifications1The Network video recorder / sever shall support a minimum of 16 cameras and shall be possible to expand upto 64 video inputs per network video recorder / server. 2The total NVR shall have an internal hard disc capacity of upto 30 days of video storage (whichever is maximum) at 4CIF resolution, 25 frames per second for the installed cameras with provision for 25% additional cameras in RAID configuration. When the number of cameras increases further, the storage should be upgradeable in modular fashion. 3The NVR shall support central archive storage of a SAN or NAS storage solution in case of extended storage. Offered software shall provide automatic scheduled backup facility so as selected cameras, selected time video shall be backed up on central storage at specified time. 4The NVR / server shall be able to record individual camera with selectable frame rate 5The NVR / server shall support remote administration, monitoring and management of video, audio and data. 6The NVR shall support health and event monitoring of the system. 7The NVR shall support logical camera grouping. 8The NVR / Server shall have the bare minimum specs as mentioned below – vendors to select the server as per their system requirement but shall have these bare minimum specs standard. 9The NVR / server should at least support H.264, MPEG 4 & MJPEG formats 10The network video recorder shall be able to record videos in CIF( 352 x 288) ,VGA (640 x 480 ) 4CIF/D1 CIF resolutions ( 720 x 576 ), HD 720 (1280 X 720) & HD 1080 (1920 X 1080). 11Necessary operating system and the system software licenses required shall be included. #Digital Video Management System (DVMS) software features1The software shall manage and support video from IP cameras and encoders through the Ethernet. 2Remote administration, monitoring and management of video and audio, the software shall be in a position. 3The DVMS software shall be able to display a minimum of 16 videos on the screen. It shall be possible to get the following information. Host name & IP address Serial number Software version Trap destination Model number System name Number of hard drives on system Hard drive serial numbers Hard drive temperatures Misc. hard drive status' Number of system cameras Camera names Camera input numbers Camera status (recording, no signal, scene loss) Number of days of video storage on disk Licensed product name Product ID Camera list change Service changes System restart Hard drive event System shutdown Alarm events Video deleted sooner than expected Windows events 4The DVMS software shall allow users to monitor and manage any IP devices through a single digital video surveillance application. 5The DMS shall support open architecture platform expands the capabilities of legacy devices and maximizes investments in current and future security technology. 6The DVMS shall support third-party applications, video analytics and data transaction information. 7The cameras shall be provided for all the entry doors, corridors & server rooms. The UPS, panel, electrical & DG room will also be monitored. Audio Video Capture Card#General Specifications1Captures full-frame video at 30 frames per second providing full HD resolution.2Enables multiple cards to stream multiple video sources on a single workstation.3Should support drivers for Microsoft Windows XP, Server 2003, Server 2008, Vista, Windows 7, Windows 8, Windows 104Single channel with 4 switchable inputs: 3 composite (RCA), 1 S-Video (mini-DIN). Multiple card support - Deploy two or more cards in a single PC chassis for maximum versatilityLotus Dominos Mail Solution Additional Feature#General Specifications1Shall support End to End Mail Encryption2Shall support Push Mail Integration3Shall support SMS Gateway IntegrationAnnexure – 5: Format for Response to Technical BidForm 1: Technical Bid LetterCovering LetterDate: [Insert Date of Bid]ToThe Asstt. Director General (Administration)Directorate of AdministrationIndian Council of Forestry Research & EducationP.O. New Forest, Dehradun - 248 006Fax :0135-2750297Dear Sir,[Sub: Bid for Continuity of the Server Farm]Having examined the Bid documents, the receipt of which is hereby acknowledged, we, the undersigned, offer to Procure, Configure and Maintain IT & Non-IT Infrastructure for continuity of the Server Farm with Business Continuity Plan (BCP) for the implementation of the proposed IFRIS solution in full conformity with the said Bid documents.We declare that we have studied the Bid documents and are making this bid with a stipulation that you shall award us contracts to Procure, Configure and Maintain IT& Non-IT Infrastructure for continuity of Server Farm with Business Continuity Plan (BCP) including all maintenance/ improvement/ customization services and other services specified in the Bid documents.We have read the provisions mentioned in the Bid documents and confirm that these are acceptable to us.We undertake, if our bid is accepted, to commence the work on the project immediately upon your Notification of Award to us, and to achieve Completion within the time stated in the Bid documents.If our bid is accepted, we undertake to provide a Performance Guarantee in the form and amounts, and within the times specified in the Bid documents.We agree to abide by this bid, consisting of this letter, the technical specifications, the Price Schedules, the duly notarized written power of attorney and Attachments [specify the number of attachments] to this Bid, for a period of bid validity from the date fixed for submission of bids as stipulated in the Bid documents, and it shall remain binding upon us and may be accepted by you at any time before the expiration of that period.Until the formal final Contract is prepared and executed between us, this bid, together with your written acceptance of the bid and your notification of award, shall constitute a binding contract between us.Dated this [insert number] day of [insert month], [insert year]Signed:In the capacity of [insert Title of Position]Duly authorized to sign this bid and on behalf of [insert Name of Bidder]Attachments:1.2.3.4.5.Form 2: Particulars of the VendorName of the consultant: ___________________________________.Head / Regd. Office Address: _______________________________a)Postal ________________________________b)Fax. No. ________________________________Telephone No.s (s) : _______________________________d)E-mail Address: ________________________________Website Address: ___________________________________Former name of consultant (if any): ___________________________Dehradun Office Address, if any: _____________________________a)Postal: ___________________________________b)Fax. No.: ___________________________________Telephone No.s (s) : _______________________________E-mail Address: ____________________________________5.Type of Organization: Individual / Partnership / IncorporatedYear of establishment: _____________________________________Amount of EMD depositedDraft / Bank Guarantee No.: ___________________________b)Bank Detail __________________________________c)Amount __________________________________8.Name and address of the authorized __________________________________signatory / contact _________________________________person for this Quotation: _________________________________Whether letter of Authority for: ___________________________________attending bid opening enclosed with Quotation?Whether PAN certificate attached? _____________________________11.Sales Tax / VAT Regd. No.: _________________________________Signature of BidderDate:NamePlace:Office SealForm 3: Technical SolutionFormat for Technical SolutionThe response to the technical solution should capture the following in the explanation –Clear articulation and description of the design and technical solution and various components including make of equipment or sizing of infrastructure (including diagrams and calculations wherever applicable)Extent of compliance to technical requirements specified in the RFPTechnical Design and clear articulation of benefits to ICFRE of various components of solution vis-a vis other options availableStrength of the bidder to provide services including examples or case-studies of similar solutions deployed in other Data Centres.2.The bidder shall provide detailed design and sizing calculation for the following listing all the assumptions that have been considered –IT Components DesignApproach and Methodology for Installation and Configuration of –Computing infrastructure (Servers, OS, Databases etc)Network infrastructureSecurity infrastructureApplicationsStorage infrastructureHelp DeskOperations & maintenanceHelp Desk ServicesEscalation PlanSystem Maintenance & ManagementSystem/Storage/Database/Network/Security AdministrationBackup and RestorationApproach and Methodology for installation of the IT infrastructureBidder shall provide detailed project plan with timelines, resource allocation, milestones etc. for supply, installation and commissioning of the physical and IT components for the ICFRE Server FarmForm 4: Proposed Work PlanNoActivityCalendar Months123456789101112n12345NIndicate all main activities of the assignment, including delivery of reports, and other benchmarks such as Purchaser approvals. Duration of activities shall be indicated in the form of a bar chart.Form 5: Proposed ManpowerName of Staff with qualification and experience Area of ExpertisePosition AssignedTask AssignedTime committed for the engagementForm 6: Detailed CV of proposed ManpowerGeneral InformationName of the personCurrent Designation / Job TitleCurrent job responsibilitiesProposed Role in the ProjectProposed Responsibilities in the ProjectAcademic Qualifications:DegreeAcademic institution graduated fromYear of graduationSpecialization (if any)Key achievements and other relevant information (if any)Professional Certifications (if any)Total number of years of experienceNumber of years with the current companySummary of the Professional / Domain ExperienceNumber of complete life cycle implementations carried outThe names of customers (Please provide the relevant names)Past assignment details (For each assignment provide details regarding name of organizations worked for, designation, responsibilities, tenure)Prior Professional Experience covering:Organizations worked for in the pastOrganization nameDuration and dates of entry and exitDesignation & Location(s)Key responsibilitiesPrior project experienceProject nameClientKey project features in briefLocation of the projectDesignationRoleResponsibilities and activitiesDuration of the projectPlease provide only relevant projects.Proficient in languages (Against each language listed indicate if speak/read/write)Form 7: Project Citation FormatRelevant IT project experience General InformationName of the projectClient for which the project was executedName and contact details with phone no. of the clientProject DetailsDescription of the projectScope of servicesOther DetailsTotal cost of the projectDuration of the project (no. of months, start date, completion date, current status)Other Relevant InformationLetter from the client to indicate the successful completion of the projectsCopy of Work OrderForm 8: Compliance SheetCompliance to Technical SpecificationsBidders have to mandatorily comply the technical specification of the items as provided in Annexure 4.Sr. No.Technical Specification/ RequirementCompliance (Yes/No)Reference (Section & Page No. of Technical Proposal)12Compliance to Pre-Qualification ParametersBidders have to comply the pre-qualification parameters as provided in Annexure 8.Sr. No.Pre-Qualification ParametersCompliance (Yes/No)Reference (Section & Page No. of Technical Proposal)12Compliance to Technical Evaluation ParametersBidders have to comply the technical evaluation parameters as provided in Annexure 9.Sr. No.Technical Evaluation ParametersCompliance (Yes/No)Reference (Section & Page No. of Technical Proposal)12Form 9: Manufacturers Authorization FormRef. No. __________Date: To,The Deputy Director General (Admin)Directorate of Administration,Indian Council of Forestry Research & Education (ICFRE)P.O. New Forest, Dehradun – 248006Sub: RFP ref no: Dear Sir,Please refer to your Notice Inviting Tenders for Appointment of an Agency for "Supply, Installation, Upgradation, Commissioning and Maintenance of Data Centre in ICFRE Dehradun” .M/S ________________________________________(Bidder), who is our reliable distributor for the last ____________years, is hereby authorized to quote on our behalf for this prestigious tender. We undertake the following regarding the supply of all the equipment and related software as described in this tenderIt will be ensured that in the event of being awarded the contract the machines will be delivered by M/s____________________ (Bidder) & maintained by M/S _______________________________________________properly as per the conditions of the contract. For this purpose, we shall provide M/S ___________________________ (Bidder) necessary technical support including technical updates, software version updates (such as Firmware, Operating System) and upgrades, required patches, replacements & spares to the Bidder as per the RFP conditions. A signed copy of the original equipment warranty agreement (support, repair, replacement) shall be submitted to the client / purchaser at the time of installation.If M/s _______________________________________ fails to maintain the hardware/ software and ICFRE is compelled to appoint an operator due to non-maintenance of the equipment supplied by us or for any other reason whatsoever, we will provide necessary support to the new operator as appointed by the ICFRE for the remaining period of the project as per the RFP and SLA signed.The equipment supplied will not be under end of life/ end of sale within the duration as mentioned in this document. Also the supplied equipment in this project shall not be declared end of support within five years of its installation (i.e. from the day of Final Acceptance Test approval by the ICFRE). In case it happens M/s__________________________________ will have to replace that equipment with equivalent new equipment. If due to any reason whatsoever, the tie up between our Company & M/S _____________________________(Bidder) breaks down subsequently or supply/ installation does not take place for a reason not attributable to ICFRE, alternative arrangements as prescribed in earlier points will apply. . Yours faithfully, (NAME) (Name of manufacturers) Note: This letter of authority shall be on the letterhead of the manufacturer and shall be signed by a person competent and having the power of attorney to bind the manufacturer. It shall be included by the Bidder in Pre-Qualification Criteria.Form 10: Declaration of Seamless IntegrationCovering LetterDate: [Insert Date of Bid]ToThe Deputy. Director General (Administration)Directorate of AdministrationIndian Council of Forestry Research & EducationP.O. New Forest, Dehradun - 248 006Fax :0135-2750297Dear Sir,[Sub: Bid for Continuity of the Server Farm]We…………………………….hereby confirm that we will be taking responsibility for seamless integration of existing & proposed IT/Non-IT Components of Data Centre of ICFRE. Thanking you,Yours faithfully(Signature of the Authorized signatory of the Bidding Organisation)Name:Designation:Date:Time:Seal:Business Address:Annexure – 6: Format for Response to Commercial BidForm 1: IT Infrastructure CostSr. No.ItemQuantityUnitUnit RateTotal Rate Exclusive of TaxesTax (applicable)Total including taxes1Tower Server 9Nos.2Blade Server5Nos.3Blade Chassis1Nos.4SAN Storage1Nos.5Tape Library1Nos.6Distribution Switches5Nos.7Unified Threat Management (UTM)3Nos.8SAN Switch2Nos.9Desktop Computers10Nos.10MS Windows Server 2016 for 16 core per server10Nos.11Red Hat Enterprise Linux for Virtual Data Centre Premium Subscription (2 Socket, unlimited virtual)7Nos.12MySQL Standard Edition2Nos.13Audio-Video Capture Card with Web Streaming Capability9Nos.14Enterprise Management System1Set15Backup Software with relevant OS1 Nos.16Enterprise Virtualization Software Processor Based10Nos.17VPN Licenses for UTM100Nos.18SQL Server Standard Edition 2 processor license2Nos.19Microsoft Windows server update service 1Nos.20Symantec End Point Protection Server License with latest version or any other equivalent windows based antivirus solution1Nos.21Symantec End Point Protection Client License with latest version or any other equivalent windows based antivirus solution1500Nos.22Lotus Domino Web Access Messaging Authorised User License with latest version or any other equivalent email solution2000Nos.23Lotus Domino Enterprise Server Processor Value Unit (PVU) License with latest version or any other equivalent email solution50Nos.24Lotus Notes with Messaging Authorised User Licensewith latest version or any other equivalent email solution50Nos.25Any other Miscellaneous item required for smooth running of data centre 1LSForm 2: Non-IT (Physical) Infrastructure CostSr. No.ItemQuantityUnitUnit RateTotal Rate Exclusive of TaxesTax (applicable)Total including taxes1Access Control System1LS2Building Management System1LS3DVR & CCTV1LS4Any other Miscellaneous item required for smooth running of data centre1LSForm 3: Operation & Maintenance Cost (including AMC)Sr. No.ItemUnit RateTotal Rate Exclusive of TaxesTax (applicable)Total including taxes1Operation & Maintenance Cost for Year 12Operation & Maintenance Cost for Year 23Operation & Maintenance Cost for Year 34Operation & Maintenance Cost for Year 45Operation & Maintenance Cost for Year 5Note:The AMC for new items after warrantee period is over, shall be included in O&M cost year on year.The AMC for existing items as shown in below table shall also be included in O&M cost year on year #Equipment DetailsMake and configurationQty.1Precision ACPCX-352 DTR22UPS SystemEaton POWERWARE 9390Power rating: 80KVA23UPS systemEaton E Series DX; Power rating: 20KVA24DG setJakson Diesel Generator Set 160 KVAModel: C 160 D5 P15Fire Alarm SystemMake HoneywellModel: NFS-320/E/C with one panel16Fire suppression systems Item: FM-200; Model: Eureka Forbes27Rodents ControllerMake Master/ VHFO- LP 2018Water Leakage SystemWater Leakage DetectorMake Honeywell19Smoke detector systemVESDA Laser FOCUS VLF-250110PA system: Area CoverData centre, Staging room and NOC roomAmplifier make: Plena111Duct ACBlue star 5.0 Tonn 212Split ACBlue star, TR-HWE241YB 2.0 Tonn613Split ACTata-Voltas2 45 DY 2.0 Tonn114Servo Voltage Stabilizer3 Phase-250 KVA115Network Switches (CoreSwitch)Cisco WS-C3560-24TS2Form 4: Buyback Infrastructure#Equipment DetailsMake / ModelQty.Cost1Blade Server Type 1HP BL460c G1 Dvlss CTO142Rack Server Type 3HP ProLiant DL180 G5 93Rack Server Type 4HP ProLiant DL380 G5 Storage Server14Tower - Server Type 5HP ProLiant ML110 G5 e Server125Storage Tape LibraryHP Storage Works EML 103e Library16SAN StorageHP Storage Works EVA4400 SAN17IP KVM SWITCHAuto View 310018KVM SwitchAccent Switch View 1000 8 Port 18Desktop ComputerHP Compaq dx2480 Business PC1010Routers (MPLS VPN)Cisco 2811 series111Routers (Internet Router), 2 Nos.Cisco 1841 Series212Network Switches (Distribution Switch)Cisco WS-C2960G-24TC-L513FirewallCisco 5550 Adaptive Security Appliance414Antispam ApplianceIBM Proventia Network Mail Security System MS3004115Intrusion detection and prevention SystemIBM Proventia Network Intrusion Prevention System (IPS) GX5008316Vulnerability ScannerIBM Proventia Network Enterprise Scanner 750117DVR and CCTVMake: G4S118DVR and CCTVMake: Samsung; Model: SRD-440119Access control SystemMake Syris; Model: SY210NT4 SSN–V3 120BMSBuilding Management SystemMonitoring Software: Goldman Sachs1Annexure – 7:Format for Performance Bank Guarantee (To be stamped in accordance with Stamp Act if any, of the country for issuing bank)Ref : _________________Bank Guarantee : _________________Date : ________________Dear Sir,In consideration of Indian Council of Forestry Research and Education,Dehradun(Hereinafter referred as the ‘ICFRE’, which expression shall, unlessrepugnant to the context of meaning thereof include its successors, administrators and assigns) having awarded to M/s __________________________ (hereinafter referred to as the ‘Vendor’, which expression shall, unless repugnant to the context of meaning thereof include its successors, administrators and assigns) resulting in a Contract Valued for _______________________________ hereinafter called the ‘Contract’ and after the receipt of the Letter of Intent (LoI) dated ________________________ with the Vendor and ICFRE having agreed the Vendor shall furnish to ICFRE a performance bank guarantee for INR ____________________________ (in words and figures) towards faithful performance of the entire Contract.We ___________________________________ (Name of Bank) having its Head Office at _________________________________ (hereinafter referred to as the Bank), which expression shall, unless repugnant to the context or meaning thereof, include its successors, administrators executors and assigns) do hereby guarantee and undertake to pay the ICFRE immediately on demand an or, all amount payable by the Vendor to the extent of ____________________ as aforesaid at any time upto _____________ any demur, reservation, contest, resource or protest and / or without any reference to the Vendor. Any such demand made by the ICFRE on the Bank shall be conclusive and binding notwithstanding any difference between the ICFRE and Vendor or any dispute pending before any Court, Tribunal, Arbitrator or any other authority. We agree that the guarantee herein contained shall be irrevocable and shall continue to be enforceable till the ICFRE discharges this guarantee.The ICFRE shall have the fullest liberty without affecting in any way the liability of the Bank under the Guarantee, from time to time to extend the time of performance of the Contract by the Vendor. The ICFRE shall have the fullest liberty without affecting this guarantee, to postpone from time to time the exercise or any powers vested in it of any right which it might have against the Vendor and to exercise the same at any time in any manner, and either to enforce or to forbear to enforce any covenants, contained or implied, in the Contract between the ICFRE and vendor any other course or remedy or security available to the ICFRE. The bank shall not be relieve of its obligations under these presents by any exercise by the ICFRE of its liberty with reference to the matters aforesaid or any of them or by reason of any other act or forbearance or other acts of omission or commission on the part of the ICFRE or any other indulgence shown by the ICFRE or by any other matter or thing whatsoever which under lay would but for this provision have the effect of relieving the Bank.The Bank also agrees that ICFRE at its option shall be entitled to enforce this Guarantee against the Bank as a principal debtor, in the first instance without proceeding against the vendor and notwithstanding any security or other guarantee that the ICFRE may have in relation to the Vendor’s liabilities.The Bank further agrees that the Guarantee herein contained shall remain in full force during the period that is taken for the performance of the Contract and all dues of ICFRE under or by virtue of this Contract have been fully paid and its claim satisfied or discharged or till ICFRE discharges this guarantee in writing, whichever is earlier. This Guarantee shall not be discharged by any change in our constitution, in the constitution of ICFRE or that of the Vendor.The Bank confirms that this guarantee has been issued with observance of appropriate laws of the country of issue. The Bank also agrees that this guarantee shall be governed and construed in accordance with Indian Laws and subject to the exclusive jurisdiction of Indian Courts of Dehradun.Notwithstanding anything contained herein above, our liability under this Guarantee is limited to INR_______________________ (in words and figures) and our guarantee shall remain in force until ______________________ (indicate the date of expiry of bank guarantee).Dated this day of ______________ 200__at ____________Signature & Seal of Authorized Signatory of BankAnnexure – 8: Pre-Qualification CriteriaSr.Qualification CriteriaDocuments/Information to be Provided in the submitted ProposalThe responding firm / agencyShould have made a payment of INR5,000/- (INRFive Thousand only) for the RFP documentShould have submitted a EMD of INR5,00,000/- (INRFive Lakhs only)Demand Draft/Banker’s Cheque for INR5,000/- (In Favour of DDO, ICFRE, Dehradun)FDR/BG for INR5,00,000/- (In Favour of DDO, ICFRE, Dehradun)(a) The Bidder shall be an established Information Technology company registered under the Companies Act 1956 / 2013 and in operation for at least 5 years as on 31.03.2016 and shall have their registered offices in India. (b) The company must be registered with appropriate authorities for all applicable statutory duties/taxes. Valid documentary proof of: Certificate of incorporationCertificate consequent to change of name, if applicableValid documentary proof of: Central Sales Tax/VAT numberService Tax registration numberIncome Tax registration/PAN number The responding firm should be ISO 9001:2008 certifiedCopy of certification which is valid ondate of submissionAverage Annual Sales Turnover of Vendor during the last three (3) financial years (FY 13-14, FY 14-15, FY 15-16) as per the last published balance sheets shall be of INR 35Crores or moreNote: The turnover refers to the Bidder’s firm and not the composite turnover of its subsidiaries/sister concerns etc.Extracts from the audited Balance sheet and Profit & Loss; ANDCertificate from the statutory auditor on letterhead mentioning registration no. of auditor.The Bidder must have implemented/ commissioned at least “One” Data Centre implementation / upgradation project in India worth INR 2.0 Crorefor Govt./ Central Govt./ PSU/Private Sector in last 5 yearsNote: (Implementations for providing IT services in their own company’s Data Centre shall not be considered).Completion Certificate from client. Along with Form 7, Annexure 5The responding firm must have a minimum 50 number of IT Staff of technically qualified personnel in the domain of Data Centre/ IT Infrastructure on its role as on bid submission dateCertificate from HR Department for number of technically qualified professionals employed by the companyConsortiumConsortium may be formed but all the pre-qualification criteria to be met by lead bidder and total responsibility lies with lead bidder.Also, scope of work among lead bidder and consortium partner shall be mentioned clearlyAnnexure – 9: Technical Evaluation CriteriaS. No.Criteria / Sub CriteriaDescriptionPoint SystemMax Criteria / Sub Criteria PointsForm to be used 1Past Experience of the Bidder80?a. ????? ?Data Centre Establishment & Upgradation ProjectsAt least Two (2) Projects for Data Centre Implementation/ Upgradation involvingSupply,Installation, Configuration, Maintenance and Operations of the ICT Infrastructure like Networking Equipment’s,Security, Storage and Backup Equipment’s, Servers for the Data CentreAverage Project Value to be used for these2 Projects. The marks would be based on the following:>=INR 4 Cr. = 30 points; Less than INR 4 Cr. = 25 points;30Annexure 5, Form 7, supported by documentary evidenceb. Data Centre Projects for Govt./PSUNo. of projects done for Govt./PSU clientsMarks would be awarded based as below :-More than 1 project = 20 points; 1 Project = 15 points; 20Annexure 5, Form 7, supported by documentary evidencec.Manpower Requirement (Project Manager)Project Managerwith more than 10 years of experience in IT domain, minimum 5 years of experience in data center having post graduate in IT/Computer Science/ Computer ApplicationMarks would be awarded based on Data Centre Experience:-More than 8year = 15 points; 5 to 8 years = 12 points; 15Detailed CVd.ISO 27001 Certification Bidder must have ISO 27001 valid certificate at the time of bidMarks would be awarded based on below:-ISO 27001 Certificate= 10 points;ISO 27001 certified lead auditor on its roll = 5 points;15Valid copy of Certification2Technical Presentation 20?a.Data Centre Project Technical PresentationEvaluation Committee will evaluate whether all the points/ requirements mentioned in the RFP are addressed well and award points accordingly. The proposal shall coverClarity in understanding of requirementsAdherence to Leading practices while designing the solutionOperation and Maintenance MethodologyProject Plan for procurement, installation and commissioning of the solution20Presentation? Total Points100?The purpose of presentations would be to allow the bidders to present their proposed solutions to the ICFRE evaluation committee and the key points in their proposals.The bidders who score seventy percent or more in the Technical Evaluation will only be considered for the Financial Evaluation.Annexure – 10: Service Level AgreementThe purpose of this Service Level Agreement (hereinafter referred to as SLA) is to clearly define the levels of service which shall be provided by the Vendor to ICFRE for the duration of this contract. The services provided by the Vendor and the effectiveness of the SLAs would be regularly monitored.DefinitionsFor purpose of this SLA, the definitions and terms as specified in the contract along with the following terms shall have the meanings set forth below: “Downtime” means the time period for which the specified services / components with specified technical and service standards are not available to the state and user departments and excludes the scheduled outages planned in advance for the Server Farm and the link failures that are MPLS-VPN vendor responsibility.“Incident” refers to any event / abnormalities in the functioning of the components in Data Centre / specified services that may lead to disruption in normal operations of the services“Helpdesk Support" It shall mean the 9x6 helpdesk Centre which shall handle Fault reporting, Trouble Ticketing and related enquiries during this contract.“Resolution Time” It shall mean the time taken (after the incident has been reported at the helpdesk), in resolving (diagnosing, troubleshooting and fixing) or escalating (to the second level or to respective Vendors, getting the confirmatory details about the same from the Vendor and conveying the same to the end user), the services related troubles during the first level escalation. The resolution time shall vary based on the severity of the incident reported at the help desk. The severity would be as follows:Critical: Incidents whose resolution shall require additional investment in components or time or shall involve coordination with OEMs. These incidents shall impact the overall functioning of the Server Farm.Medium: Incidents whose resolution shall require replacement of hardware or software parts, requiring significant interruption in working of that individual component, for example, installation of operating system, replacement of switch etc.Low: Incidents whose resolution shall require changes in configuration of hardware or software, which will not significantly interrupt working of that component. For example, installation of printer on a client, replacement of LAN chord etc.Types of SLAsThe SLA document provides for minimum level of services required as per contractual obligations based on performance indicators and measurements thereof. The Vendor shall ensure provisioning of all required services as detailed in the sections 7.3 to section 7.6 while monitoring the performance of the same to effectively comply with the performance levels. The services provided by the Vendor shall be reviewed by ICFRE that shall:Regularly check performance of the Vendor against this SLA.Discuss escalated problems, new issues and matters still outstanding for resolution.Review of statistics related to rectification of outstanding faults and agreed changes.Obtain suggestions for changes to improve the service levels.The SLAs have been logically segregated in the following categories:Implementation Service Related LevelsIT Infrastructure Related Service LevelsPhysical Infrastructure Related Service LevelsHelpdesk Service Related LevelsSecurity and Incident Management Related Service LevelsThe following measurements and targets shall be used to track and report performance on a regular basis. The targets shown in the following table are applicable for the duration of the contract. Please note that the bidder should provide comprehensive, end-to-end service to maintain the Server Farm Infrastructure, including replacement of the equipment in case of physical damage.IT Infrastructure Related Service LevelsIndicative parameters for the SLAS. No.MeasurementTargetSeverityPenalty1.Server Availability during peak hours from 9 AM to 6 PM (including the Operating system and database) 7 days a week>99%Critical1% of the quarterly payments under OPEX value for every 2 hours of downtime at a stretch or in parts up to total downtime of 10 hours 2% of the quarterly payments under OPEX value for every subsequent hour of downtime beyond 10 hours of downtime at a stretch or in parts.2.Server Availability during non-peak hours from 6 PM to 9 AM (including the Operating system and the database) 7 days a week> 90%Medium1% of the quarterly payments under OPEX value for every 2 hours of downtime at a stretch or in parts up to total downtime of 10 hours 2% of the quarterly payments under OPEX value for every subsequent hour of downtime beyond 10 hours of downtime at a stretch or in parts.3.SAN Availability(including and database)>99%Critical2% of the quarterly payments under OPEX value for every 2 hours of downtime at a stretch or in parts up to total downtime of 10 hours 3% of the quarterly payments under OPEX value for every subsequent hour of downtime beyond 10 hours of downtime at a stretch or in parts.work Availability (Active and passive components) in the DC>99%Critical1% of the quarterly payments under OPEX value for every 2 hours of downtime at a stretch or in parts up to total downtime of 5 hours 2% of the quarterly payments under OPEX value for every subsequent hour of downtime beyond 5 hours of downtime at a stretch or in parts.5Renewal of Software Licenses and hardware along with ATSNote: Vendor shall intimate ICFRE in advance, prior to 30 days from Renewal Date.CriticalA penalty of INR 1.0 Lac per week for first & second week of delay, INR 2.0 Lac per week from 3rd week till 4th week of delay. Penalty is computed on the final value of contract between ICFRE and Vendor. (Delay Beyond 4 weeks ICFRE may terminate the contract and Forfeit the PBG). Note: Equipment Availability Related penalties shall be governed by the following conditions:The Penalty shall be calculated on a quarterly basis.If the SLAs drop below the lower limited specified for each component in the table above, it will be governed by the event of default clause as specified under Section 5 - General Terms and Conditions.This delay shall be calculated over and above the total hours of downtime permissible as per Tier I industry standards classified by The Uptime Institute i.e. Annual IT downtime of 28.8 hrsPhysical Infrastructure related service levelsS. No.ServiceMetricParametersPerformanceMetricSeverityPenalty1Power AvailabilityAvailability of Power will be measured up to the socket level in the equipment room that will be providing power to the Racks.>=99.5%No penalty<99.5% to>=99.0%Medium2% of the quarterly payments<99.0% to>=98.0%Medium3% of the quarterly payments<=98.0%critical5% of quarterly payments2Cooling & EnvironmentTemperature at perforated raised floor – 19° C to 21° CRelative Humidity: 35% - 60%>=99.5%No penalty<99.5% to>=99.0%Medium2% of the quarterly payments<99.0% to>=98.0%Critical3% of the quarterly payments<=98.0%Critical5% of quarterly payments3Civil WorkCivil Work and minor repairs including the False Flooring, False Ceiling, Doors & Locking, Partitioning, Fire Proofing of all surfaces, Furniture & Fixtures and Painting to be replaced within 2 days of reporting the problem. Other works including Cement concrete, masonry, glazing, scaffolding works etc. to be carried within 4 days of reporting the problemTNo PenaltyT1 = T+2/4DaysMedium0.05% of the quarterly payments for every unresolved callT2 = T1+2Medium1% of the quarterly payments for every unresolved call>T2Critical2% of the quarterly payments for every unresolved callFor critical severity, the resolution time shall be mutually agreed by ICFRE and the vendor at the time of award of contract.T in days shall be the mutually agreed resolution time between ICFRE and vendor representative at the site.The Vendor should maintain sufficient inventory to carry out civil and electrical repairs without any disruption to operations.A Power Failure is a loss of electrical power or a voltage fluctuation, exceeding the limits above, in any part of the delivery system (utility company supply, on-site generation, UPS, circuit, or power strip) which causes Customer hardware to shut down. The period of power-related failure is measured from the time of registering of complaint to the complete restoration time of electrical supply, and also includes the time required to remedy any issues resulting to electrical failure.Help Desk ServicesHere the SLA pertains to the time in which a complaint/query is resolved after it has been responded by the service management.TypeofIncidentResolutionTimePenaltyCriticalTNoPenaltyT1=T+2hours0.05%ofthe quarterlypayments foreveryunresolved callT2=T1+2hours1%ofthequarterlypaymentsfor everyunresolvedcall>T22%ofthequarterlypayments for everyunresolvedcallMedium1 Day form the time of incident logged at the help deskNo Penalty> 1 day and <= 2 days0.05% of the quarterly payments for every unresolved call> 2 days1% of the quarterly payments for every unresolved callLow<= 2 hours from the time of response loggedNo Penalty> 2 hours and <= 4 hours0.01% of the quarterly payments for every unresolved call> 4 hours0.05% of the quarterly payments for every unresolved callNote:For critical severity the resolution time shall be mutually agreed by ICFRE and the vendor at the time of award of contract.T shall be the agreed resolution time in days.Security and Incident managementThese SLAs would be calculated for each of the following types of incidences -Virus Attack - Any virus infection and passing of malicious code shall be monitored at the gateway level or user complains of virus infection shall be logged at the help desk system and collated every quarter.Intrusion - Compromise of any kind of data hosted by Server FarmSPAM - Statistics on monthly basis shall be monitored through reports generated by Anti-SPAM software.S.No.IncidentPerMonthPenalty1ForeveryVirus / ThreatAttack at server levelINR10,0002ForeveryincidenceofDataTheft2%ofQuarterlyPayment3ForeveryincidenceofIntrusion1%ofQuarterlyPayment4Percentage of SPAM filtered>=95%Nil>= 90% and<95%0.5% of Quarterly Payment>= 80% and<90%1% of Quarterly Payment>= 70% and<80%2% of Quarterly Payment<70%5% of Quarterly PaymentSLA Review ProcessEither ICFRE or Vendor may raise an issue by documenting the business or technical problem, which presents a reasonably objective summary of both points of view and identifies specific points of disagreement with possible solutions.A meeting or conference call will be conducted to resolve the issue in a timely manner. ICFRE and the Vendor shall develop an interim solution, if required and subsequently the permanent solution for the problem at hand. The Vendor will then communicate the resolution to all interested parties.In case the issue is still unresolved, the arbitration procedures described in the Terms & Conditions section will be applicable. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download